75
1 File No. RC/EC-400/Compost pits/2017-18 Date: 28/02/19 e-TENDER BIDDING DOCUMENT Critical Date Sheet Tender No. F. No. RC/EC-400/Compost pits/2017-18 Date of release of Tender through e-procurement 28/02/19 at 3.30 P.M. Bid Submission Start date & time 28/02/19 at 3.30 P.M. Bid Submission End date & time 15/03/2019 at 2.00 P.M Date & time for opening of technical bid 16/03/2019 at 3.00 P.M Address for Communication Director, ICAR Research Complex for NEH Region Umiam-793103, Meghalaya

e-TENDER BIDDING DOCUMENT Critical Date Sheet

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: e-TENDER BIDDING DOCUMENT Critical Date Sheet

1

File No. RC/EC-400/Compost pits/2017-18 Date: 28/02/19

e-TENDER BIDDING DOCUMENT

Critical Date Sheet

Tender No. F. No. RC/EC-400/Compost pits/2017-18

Date of release of Tender through

e-procurement 28/02/19 at 3.30 P.M.

Bid Submission Start date & time 28/02/19 at 3.30 P.M.

Bid Submission End date & time 15/03/2019 at 2.00 P.M

Date & time for opening of technical bid 16/03/2019 at 3.00 P.M

Address for Communication

Director, ICAR Research Complex for NEH Region

Umiam-793103, Meghalaya

Page 2: e-TENDER BIDDING DOCUMENT Critical Date Sheet

2

INDEX

Section No. Name of Section Page No.

Section I Notice for inviting tender (NIT) 3-7

Section II General Instructions to Bidders (GITB) 8-26

Section III Special Instructions to Bidders (SITB) 27-31

Section IV General Conditions of Contract (GCC) 32-45

Section V Special Conditions of Contract (SCC) 46-48

Section VI List of Requirements 49-51

Section VII Tender Specifications 52-54

Section VIII Quality Control Requirements 55

Section IX Qualification Criteria 56

Section X Bid Form 57

Section XI Price Schedule 58

Section XII Questionnaire 59-61

Section XIII Bank Guarantee Form for Bid Security (i.e. EMD)

62-63

Section XIV Manufacturer’s Authorization Form 64

Section XV Bank Guarantee Form for Performance Security

65

Annexure I Bank Details of the Firm 66

Annexure II Details of Equipment, EMD and Tender fee 67

Annexure III Undertaking 68

Annexure IV Tender Acceptance Letter 69

Annexure V Instructions for Online Bid Submission 70-72

Annexure VI Khasi Hills Autonomous District Council (KHADC) License 73-74

Page 3: e-TENDER BIDDING DOCUMENT Critical Date Sheet

3

SECTION - I

NOTICE FOR INVITING TENDER (NIT)

Page 4: e-TENDER BIDDING DOCUMENT Critical Date Sheet

4

File No. RC/EC-400/Compost pits/2017-18 Date: 28/02/19

NOTICE FOR INVITING TENDER THROUGH E-PROCUREMENT

Online Bids are invited from interested firms under two bid systems for the work of ‘Construction of Compost pits

(3 nos.) of size (6.00x3.00x1.80) m for office of ICAR, Umiam, Meghalaya”.

The CRITICAL DATE SHEET of the e-tender is given below:

CRITICAL DATE SHEET

Tender No. F. No. RC/EC-400/Compost pits/2017-18

Date of release of Tender through

e-procurement 28/02/19 at 3.30 P.M.

Bid Submission Start date & time 28/02/19 at 3.30 P.M.

Bid Submission End date & time 15/03/2019 at 2.00 P.M

Date & time for opening of technical bid 16/03/2019 at 3.00 P.M

Address for Communication

Director, ICAR Research Complex for NEH Region

Umiam-793103, Meghalaya

The Tender form/ bidding documents may be downloaded from the Institute website

www.icarneh.ernet.in/www.kiran.nic.in/www.icar.org.in/www.icarnehadmin.org.andhttps://eprocure.gov.in/eproc

ure/app. Online submission of Bids through Central Public Procurement Portal

(https://eprocure.gov.in/eprocure/app) is mandatory. Manual/Offline bids shall not be accepted under any

circumstances.

1. Tenderers/Bidders after submission of their bids online through CPP Portal must submit Hard Copy of

all the submitted documents except Financial Bid (BOQ) along with Tender Fees and EMD which should

reach at ICAR, Research Complex for NEH Region, Umiam, Meghalaya on or before 2.00 P.M,

15.03.2019 failing which their tenders/bids will not be considered.

2. Tenderers/bidders are requested to visit the above website regularly. Any changes/modifications in tender

enquiry will be intimated by corrigendum through this website only.

3. In case, any holiday is declared by the Government on the day of opening, the tenders will be opened on the

next working day at the same time. The Institute reserves the right to accept or reject any or all the tenders.

4. The work should be started within 10 (ten) days positively from the date of issue of work order. Failing which

the order shall stand automatically cancelled.

5. The interested bidders are required to compulsorily deposit the Tender Fees and Earnest Money Deposit (EMD)

of the amount mentioned against the items in any of the following ways:

Page 5: e-TENDER BIDDING DOCUMENT Critical Date Sheet

5

a) Demand Draft/Bank Gurantee/Earnest Money from State Bank of India, Bank in favour of DIRECTOR

– ICAR, Research Complex for NEH Region, Umiam, Meghalaya payable at SBI, ICAR Complex

Branch (Code-12464). The Demand Draft may be sent by speed post/Regd. Post or submit in person to

the Admin. Officer, ICAR-Research Complex for NEH Region, Umiam, Meghalaya on or before the bid

opening date & time as mentioned in the Critical Date Sheet. Tender fee & EMD submitted through

Courier Services will not be accepted.

6. The payment of the Tender Fee & EMD by any of the above modes has to be invariably made on or before the

bid opening date & time as mentioned in the Critical Date Sheet.

7. Bidders need not come at the time of Technical as well as Financial Bid opening at ICAR-Research Complex

for NEH Region, Umiam, Meghalaya. They can view live bid opening after logging in on CPPP e-procurement

portal at their remote end. If bidder wants to join bid opening at ICAR-RC, Umiam, Meghalaya then they have

to come with bid acknowledgment slip that is generated after successfully submission of online bid.

8. The Cost of Tender paper is Rs. 500.00 (Rupees Five Hundred only, Non-refundable) to be deposited in the

favour of the Director, ICAR Research Complex for NEH Region, Barapani by means of Demand

Draft/Banker’s Cheque only payable at Barapani. In case of Banker’s cheque, the SBI, ICAR Research

Complex Branch, Umiam will be accepted only.

9. The rates must be valid for at least for 6 (six) months from the date of quotation.

10. Rates quoted must be given in the prescribed format only and must be all inclusive, including GST/IGST as

may be applicable.

11. Time completion for the work is allowed for 1 (one) month from the 7th day after the written order to

commence the work. No extension of time will be allowed unless written permission with valid reasons

granted by the competent authority.

12. Any taxes and/or other Governmental levies as applicable or becoming applicable later due to or under any law

shall be deducted from the bill.

13. The Technical Bid should consist of all the technical details like literature, attested and up to date copies of

Registration certificate with full validity, GST/IGST, PAN Card, Labour License, one passport size

photograph, Caste certificate, IT exemption certificate in respect of ST Tenderers etc. along with past

experiences/work orders of the last 3-5 years. Lack of any required Technical Literature may result in the

non – consideration of the Quotation. Financial bids of technically acceptable offers would only be considered

for further evaluation and analysis.

14. The Contractors shall have to deposit 2% of the tender amount i.e. Rs. 10,000 /- (Rupees ten thousand) only in

the form of Demand Draft/Banker’s Cheque/Bank Guarantee valid for 6 (six) months, drawn in favour of the

Director, ICAR Research Complex, payable at SBI, ICAR Complex, Umiam, Meghalaya, as Bid

Security/EMD, along with the quotation.

15. Performance Guarantee @ 5% of the Contract Value shall have to be deposited by the successful contractor

immediately on the receipt of the Work Order in the form of Demand Draft/Banker’s Cheque/Bank Guarantee

valid for 6 (six) months, drawn in favour of the Director, ICAR Research Complex, payable at SBI, ICAR

Complex, Umiam, Meghalaya. In case of Banker’s cheque, the SBI, ICAR Research Complex Branch, Umiam

will be accepted only.

16. Quotation/ Tender must be for the whole work & not in fragments.

17. Payment shall be made only on the satisfactory completion of the work. No part payment / supplementary/

enhanced/ revised bill shall be considered in any circumstances.

Page 6: e-TENDER BIDDING DOCUMENT Critical Date Sheet

6

18. The tender submitted by the Contractor shall remain valid for a period of 6 (six) months from the date of

opening of the tender and the contractor shall be bound to take-up the allotted work at his own quoted rates, till

the completion of the work. No revised rate will be paid for increasing cost of the materials, labour charges etc.

and shall be governed by the rules as per CPWD works manual, Govt. of India.

19. Other General Terms and Conditions are:

a. Except where specification provided, all materials including tools/ basic facilities etc., required for the

execution of the works shall have to be arranged by Contractor at his own means and cost. No materials for the

work shall be provided/issued by the Department.

b. The construction materials, as required, shall be arranged and borne by the Contractor himself & the quality

of ISI standard/ as per estimate should be maintained strictly without fail. The required cash memo in support of

the quantity and quality of materials utilized are to be submitted with the bills.

c. The work should be completed invariably within the stipulated time as per Drawing/ Plan at the allocated site

only. Sub-standard work is not acceptable.

d. Canvassing in any form in connection with the Tender is strictly prohibited and shall lead to strict administrative

measures including Black Listing.

e. The contractors will have to make their own arrangement for water/lighting and arrangement of stay of

workers etc. for carrying out the work in time. No labour of the contractor will be allowed to stay within the

Campus/ site of the work.

f. Samples of all materials and fittings to be used in the work in respect of brand, Manufacturer and quality

shall be got approved from the Estate Officer. Sample must be produced on demand free of cost.

g. The Contractor shall be fully liable for observance of all statutory & legal dues/norms viz. EPF, ESIC, Child

labour Act, Minimum Wages Act etc. No child labour shall be employed on work. Payment to the labourers

shall be paid as per the prevalent norms and in toto compliance of the Minimum Wages Act. Non Compliance

of any statutory or legal dues/ norms shall be the sole responsibility of the Contractor.

h. The contractor shall take all safety measures and precautions and wholly responsible for ensuring safety

during execution of work till completion of entire work allotted to him.

i. For carrying out the works on Sunday/Holiday or during night, proper prior permission should be obtained from

the Estate Officer or In-Charge of the Division concerned.

j. The successful Contractor shall have to sign an agreement in the prescribed form with the Estate

Officer/In-charge concerned, as the case may be, before the start of the work.

k. If the Contractor fails to sign the formal agreement or start the work within the specified time, after

award of the work, the earnest money/performance guarantee, as the case may be, shall be forfeited and the

Work order shall stand cancelled.

l. No compensation shall be paid to the contractor for any damages caused by natural calamity during the

execution of the work.

m. If any Contractor fails to complete the work within the specified time, LIQUIDATION DAMAGE CLAUSE

shall be invoked and penalty @ 1% of the Contract Value per week shall be levied, subject to a maximum of

10% of the total Contract Value.

20. After satisfactory completion of the work, Bills in triplicate may be submitted to the office for arranging

payment. While submitting the bills, the Contractor shall give in writing that all the statutory & legal

dues/norms have been fully complied with and in case of any default, the Contractor shall be lone and sole

responsible for the same. Necessary taxes will be deducted from the bill at the time of payment.

Page 7: e-TENDER BIDDING DOCUMENT Critical Date Sheet

7

21. Payment will be made based on actual measurement of work.

22. The Director, ICAR Research Complex reserves the right to reject any tender either in part or full without

assigning any reason thereof.

23. In case of any dispute, the Director, ICAR Research Complex, Umiam shall act as the arbitrator and his

decision shall be final and binding on the Contractor.

24. Legal jurisdiction for all disputes shall be within the purview of the Shillong Court.

25. All Contractors should mandatory sign on every page of the Tender Document and should give an undertaking

that they fully and unconditionally agree to abide by all the terms and conditions, which, if needed, may be

modified at the discretion of the Competent Authority, in Work Order, for which confirmation from the

Contractor shall be taken.

26. All Contractors should also mandatory give their Bank A/C details to enable e-payment by the office.

27. It is not mandatory to accept the lowest rate of the tenders. The decision of the competent Authority shall be

the final to select the competent firms/contractors.

28. Please note in case of closing/opening day of the tender happen to be non-working day due to

bandh/strike/holiday etc., the tender will be received/opened on the next working day at the same venue and

time.

29. Contractor should put his/her full name and address in the specified column in the tender document. Tenders of those

contractors who give only the initial without giving full name will be rejected.

30. Please note that near relatives of the officers and staff of ICAR Research Complex for NEH Region, Umiam,

Meghalaya are not allowed to participate in the tender. In case it is found so, the tender of such tenderer will be

disqualified.

Note: A near relative means wife, husband, parents, in-laws, children, brothers, sisters, uncles, aunts and

cousins.

31. Contractor should not employ labour or staff of doubtful integrity of the State. If anti-state or anti-social elements is

employed by the contractor, his tender will be cancelled and no claim whatsoever will be entertained for any loss or

damages

32. Concrete vibrators should be used for all concrete structural members in cement concrete works. The

contractor should arrange the concrete vibrators by himself.

33. For concrete works only ‘River sand’ which is clean and free from dust and dirt should be used in the works.

34. Other terms & conditions, as may be decided by the Competent Authority from time to time, depending upon the

condition & requirement of the supply. The intimation in this regard, shall be provided well in advance & the

bidder/supplier shall be bound by the said terms & conditions.

35. For any query/clarification may be approached at the following address:

Designation : Estate Officer / Estate Cell

Contact No. : (0364) 2570594

E-mail : [email protected]

Page 8: e-TENDER BIDDING DOCUMENT Critical Date Sheet

8

36. KHADC license.

37.

I. The Firm/Agency run by the Non-tribal contractor’s /firms/companies/ suppliers/ stockiest/ banded

warehouse/Private carriage contractors/Co-operative Societies etc. should produce Trading License issued by

the KHADC (Govt. of Meghalaya) and may be kept in the Technical Bid (Bid – I).

II. Submission of tender paper does not fall under trade as per the above said act. However, if a Non-tribal

becomes a successful bidder he has to furnish License issued by the KHADC (Govt. of Meghalaya) before any

work involving trade is issued to him.

Further those firm/agency opting for clause II above are requested to submit an undertaking mandatorily to this

effect along with the technical bids as a certification about their capability of submission of the trade license when

ask for, failing which the tender are liable to be rejected/not to be considered at any circumstances. (If not

applicable submit the relevant document).

Sd/-

Estate Officer

Page 9: e-TENDER BIDDING DOCUMENT Critical Date Sheet

9

SECTION - II

GENERAL INSTRUCTIONS TO BIDDERS (GITB)

SECTION - II

GENERAL INSTRUCTIONS TO BIDDERS (GITB)

CONTENTS

A. PREAMBLE

1.

Definitions and Abbreviations

12-13

2.

Introduction

14

3. Availability of Funds 14

4.

Language of Bid

14

5.

Eligible Bidders

14

6.

Eligible Goods and Services

14

7.

Bidding Expense

14

B. BIDDING DOCUMENTS 15

8.

Contents of Bidding Documents

15

9.

Amendments to Bidding Documents

15

10.

Clarification of Bidding Documents

15

Page 10: e-TENDER BIDDING DOCUMENT Critical Date Sheet

10

C. PREPARATION OF BIDS

11.

Documents Comprising the Bid

16

12.

Bid Currencies

16

13.

Bid Prices

16-18

14.

Indian Agent

19

15.

Firm Price / Variable Price

19

16.

Alternative Bids

19

17.

Documents Establishing Bidder’s Eligibility and Qualifications

19

18.

Documents Establishing Goods’ Conformity to Bidding Document

20

19.

Bid Security (i.e. EMD)

20

20.

Bid Validity

21

21. Signing and Sealing of Bid 21

D. SUBMISSION OF BIDS 22

Page 11: e-TENDER BIDDING DOCUMENT Critical Date Sheet

11

22.

Submission of Bids

22

23.

Late Bid

22

24.

Alteration and Withdrawal of Bid

22

E. BID OPENING

25.

Opening of Bids

22

F. SCRUTINY AND EVALUATION OF BIDS

26. Basic Principle 23

27. Preliminary Scrutiny of Bids 23

28. Minor Informality/Irregularity/Non-Conformity 23

29. Discrepancy in Prices 24

30. Discrepancy between original and copies of Bid (deleted) 24

31. Qualification Criteria 24

32. Conversion of Bid Currencies to Indian Rupees 24

33. Schedule-wise Evaluation 24

34. Comparison on CIP Destination Basis 25

35. Additional Factors and Parameters for Evaluation and Ranking of Responsive Bids 25

36. Bidder’s capability to perform the contract 25

37. Contacting the Purchaser 25

Page 12: e-TENDER BIDDING DOCUMENT Critical Date Sheet

12

G. AWARD OF CONTRACT

38. Purchaser’s Right to Accept any Bid and to Reject any or All Bids 25

39. Award Criteria 26

40. Variation of Quantities at the Time of Award 26

41. Notification of Award 26

42. Issue of Contract 26

43. Non-receipt of Performance Security and Contract by the Purchaser 26

44. Return of BID SECURITY (i.e. EMD) 26

45. Publication of Bid Result 26

Page 13: e-TENDER BIDDING DOCUMENT Critical Date Sheet

13

SECTION - II

GENERAL INSTRUCTIONS TO BIDDERS (GITB)

A. PREAMBLE

1. Definitions and Abbreviations

1.1 The following definitions and abbreviations, which have been used in these documents shall have the

meanings as indicated below:

1.2. Definitions:

(i) “Purchaser” means the organization purchasing goods and services as incorporated in the

documents.

(ii) “Bid” means quotation / tender / bid as received from a firm / supplier.

(iii) “Supplier” means the individual or the firm supplying the goods and services.

(iv) “Goods” means the articles, material, commodities, livestock, furniture, fixtures, raw material,

spares, instruments, machinery, equipment, industrial plant etc. which the supplier is required to

supply to the purchaser under the contract.

(v) “Services” means services allied and incidental to the supply of goods, such as transportation,

installation, commissioning, provision of technical assistance, training, after-sales service,

maintenance service and other such obligations of the supplier covered under the contract.

(vi) “Bid Security” (i.e. Earnest Money Deposit) means monetary guarantee to be furnished by a Bidder

along with its Bid.

(vii) “Contract” means the written agreement entered into between the purchaser and the supplier

together with all the documents mentioned therein and including all attachments, annexure etc.

therein.

(viii) “Performance Security” means monetary guarantee to be furnished by the successful Bidder for due

performance of the contract placed on it. Performance Security is also known as Security Deposit.

(ix) “Consignee” means the person to whom the goods are required to be delivered as specified in the

Contract. If the goods are required to be delivered to a person as an interim consignee for the

purpose of dispatch to another person as provided in the Contract, then that “another” person is the

consignee, also known as ultimate consignee.

(x) “Specification” means the document/standard that prescribes the requirement with which product or

service has to conform.

(xi) “Inspection” means activities such as measuring, examining, testing, gauging one or more

characteristics of the product or service and comparing the same with the specified requirement to

determine conformity.

Page 14: e-TENDER BIDDING DOCUMENT Critical Date Sheet

14

(xii) “Day” means calendar day.

(i) “Bid Document” means Bidding Document (i.e. Tender Enquiry Document).

(ii) “NIT” means Notice for Inviting Tender.

(iii) “BOQ” means Bill of Quantity.

(iv) “GITB” means General Instructions to Bidders.

(v) “SITB” means Special Instructions to Bidders.

(vi) “GCC” means General Conditions of Contract.

(vii) “SCC” means Special Conditions of Contract.

(viii) “DGS&D” means Directorate General of Supplies and Disposals.

(ix) “NSIC” means National Small Industries Corporation.

(x) “PSU” means Public Sector Undertaking.

(xi) “CPSU” means Central Public Sector Undertaking.

(xii) “LSI” means Large Scale Industry.

(xiii) “SSI” means Small Scale Industry.

(xiv) “FDD” means Foreign Demand Draft

(xv) “DP” means Delivery Period.

(xvi) “BG” means Bank Guarantee.

(xvii) “ED” means Excise Duty.

(xviii) “CD” means Custom Duty.

(xix) “WDO” means Women’s Development Organization.

(xx) “ACASH” means Association of Corporations and APEX Societies of Handlooms.

(xxi) “KVIC” means Khadi Village Industries Commission.

(xxii) “RR” means Railway Receipt.

(xxiii) “BL” means Bill of Lading.

(xxiv) “FOB” means Free on Board.

(xxv) “FAS” means Free Alongside Ship.

(xxvi) “FOR” means Free On Rail.

(xxvii) “CIF” means Cost, Insurance and Freight.

(xxviii) “CIP” means Carriage and Insurance Paid.

(xxix) “INCOTERMS” means International Commercial Terms.

Page 15: e-TENDER BIDDING DOCUMENT Critical Date Sheet

15

2. Introduction

2.1 The Purchaser has issued these Bidding documents for purchase of goods and related services as mentioned

in Section –VI - “List of Requirements”, which also indicates, interalia, the required delivery schedule and

terms & place (i.e. destination) of delivery.

2.2 This section (Section II - “General Instruction to Bidders”) provides the relevant information as well as

instructions to assist the prospective Bidders in preparation and submission of Bids. It also includes the

mode and procedure to be adopted by the purchaser for receipt and opening as well as scrutiny and

evaluation of Bids and subsequent placement of contract.

2.3 The Bidders shall also read the Special Instructions to Bidders (SITB) related to this purchase, as contained

in Section III of these documents and follow the same accordingly. Whenever there is a conflict between

the GITB and the SITB, the provisions contained in the SITB shall prevail over those in the GITB.

2.4 Before formulating the Bid and submitting the same to the purchaser, the Bidder should read and examine

all the terms, conditions, instructions etc. contained in the Bid documents. Failure to provide and/or comply

with the required information, instructions etc. incorporated in these Bid documents may result in rejection

of its Bid.

3. Availability of Funds

3.1 Expenditure to be incurred for the proposed purchase will be met from the funds available with the

purchaser.

4. Language of Bid

4.1 The Bid submitted by the Bidder and all subsequent correspondence and documents relating to the Bid

exchanged between the Bidder and the purchaser, shall be written in the English language. However, the

language of any printed literature furnished by the Bidder in connection with its Bid may be written in any

other language provided the same is accompanied by an English translation and, for purposes of

interpretation of the Bid, the English translation shall prevail.

4.2 The Bid submitted by the Bidder and all subsequent correspondence and documents relating to the Bid

exchanged between the Bidder and the purchaser, may also be written in the Hindi language, provided that

the same are accompanied by English translation, in which case, for purpose of interpretation of the Bid

etc, the English translations shall prevail.

Eligible Bidders

5.1 This invitation for Bids is opened to all Govt. Reg. Contractors/Firms/suppliers who fulfill the eligibility

criteria specified in these documents.

Eligible Goods and Services

6.1 All goods and related services to be supplied under the contract shall have their origin in India or other

countries, subject to any restriction imposed in this regard in Section III (SITB). The term “origin” used in

this clause means the place where the goods are mined, grown, produced, or manufactured or from where

the related services are arranged and supplied.

Bidding Expense

7.1 The Bidder shall bear all costs and expenditure incurred and/or to be incurred by it in connection with its

Bid including preparation, mailing and submission of its Bid and for subsequent processing the same. The

Page 16: e-TENDER BIDDING DOCUMENT Critical Date Sheet

16

purchaser will, in no case be responsible or liable for any such cost, expenditure etc regardless of the

conduct or outcome of the Bidding process.

B. BIDDING DOCUMENTS

Content of Bidding Documents

8.1 In addition to Section I – “Notice for Invitation Tender (NIT), the Bidding documents include:

Section II - General Instructions to Bidders (GITB)

Section III - Special Instructions to Bidders (SITB)

Section IV - General Conditions of Contract (GCC)

Section V - Special Conditions of Contract (SCC)

Section VI - List of Requirements

Section VII - Technical Specifications

Section VIII - Quality Control Requirements

Section IX - Qualification Criteria

Section X - Bid Form

Section XI - Price Schedule (BOQ)

Section XII - Questionnaire

Section XIII - Bank Guarantee Form for BID SECURITY

Section XIV - Manufacturer’s Authorization Form

Section XV - Bank Guarantee Form for Performance Security

8.2 The relevant details of the required goods and services, the terms, conditions and procedure for Bidding,

Bid evaluation, placement of contract, the applicable contract terms and, also, the standard formats to be

used for this purpose are incorporated in the above-mentioned documents. The interested Bidders are

expected to examine all such details etc to proceed further.

9. Amendments to Bidding Documents

9.1 At any time prior to the deadline for submission of Bids, the purchaser may, for any reason deemed fit by it,

modify the Bidding documents by issuing suitable amendment(s)/Corrigendum to it.

9.2 Such an amendment/Corrigendum in purchaser’s Website and CPP Portal only. The prospective bidders are

requested to visit the above site regularly.

9.3 In order to provide reasonable time to the prospective Bidders to take necessary action in preparing their

Bids as per the amendment, the purchaser may, at its discretion extend the deadline for the submission of

Bids and other allied time frames, which are linked with that deadline.

10. Clarification of Bidding Documents

10.1 A Bidder requiring any clarification or elucidation on any issue of the Bidding documents may take up the

same with the purchaser in writing or by fax / e-mail/telex. The purchaser will respond in writing to such

request provided the same is received by the purchaser not later than twenty one days (unless otherwise

specified in the Critical date sheet given in NIT) prior to the prescribed date of submission of Bid.

Page 17: e-TENDER BIDDING DOCUMENT Critical Date Sheet

17

11. PREPARATION OF BIDS

11.1 Document Comprising the Bid (The firms are required to upload scanned copies of the following

documents):-

1. Technical Bid:

1. Scanned copy of Tender fee and Earnest Money Deposit (EMD)/its exemption certificate, if any.

2. Scanned copy of Firm’s registration.

3. Scanned copy of PAN Card.

4. Scanned copy of GST allotted to the firm.

5. Scanned copy of Manufacturers authorization certificate as per Section XIV.

6. Scanned copy of duly filled and signed Annexure – I.

7. Scanned copy of duly filled and signed Annexure –II.

8. Scanned copy of duly filled and signed undertaking Annexure III.

9. Scanned copy of equipment specification Compliance Report.

10. Scanned Copy of technical specification indicating the Make, model, warranty etc. of the equipment in

details alongwith technical literatures, if necessary.

11. Scanned copy of Bid form as per Section X

12. Scanned copy of Questionnaire as per Section XII.

2 Financial Bid:-

A Price Bid as BoQ .xls

11.2 The authorized signatory of the Bidder must sign the documents at appropriate places and upload it.

11.3 A Bid, which does not fulfill any of the above requirements and/or gives evasive information/reply against

any such requirement, shall be liable to be ignored and rejected.

11.4 Bid sent by fax/telex/cable shall be ignored

12. Bid currencies

12.1 Unless otherwise specified, the Bidder shall quote only in Indian rupees.

12.2 Where the Bid condition specifies acceptance of quotations in different currencies, then, for domestic

goods, prices shall be quoted in Indian rupees only and for imported goods, prices shall be quoted either in

Indian rupees or in the currency of the country of origin of goods. As regards price(s) for allied services, if

any required with the goods, the same shall be quoted in Indian Rupees, if such services are to be

performed /undertaken in India. Commission for Indian Agent, if any and if payable shall be indicated in

the space provided for in the price schedule and quoted in Indian Rupees only.

12.3 Bids, where prices are quoted in any other way shall be treated as un-responsive and rejected.

13. Bid Prices

13.1 The Bidder shall quote in the financial bid provided in the excel sheet (BOQ) all the specified components

of prices shown therein of the goods and services it proposes to supply against the requirement. All the

columns shown in the price schedule should be filled up as required.

13.2 If there is more than one schedule in the List of Requirements, the Bidder has the option to submit its

quotation for any one or more schedules and, also, to offer special discount for combined schedules.

However, while quoting for a schedule, the Bidder shall quote for the complete requirement of goods and

services as specified in that particular schedule, failing which the Bid for that schedule shall be treated as

unresponsive and ignored.

13.3 The quoted prices for goods offered from within India and that for goods offered from abroad are to be

indicated separately in the applicable Price/Financial Bid (BOQ).

Page 18: e-TENDER BIDDING DOCUMENT Critical Date Sheet

18

13.4 While filling up the columns of the price schedule, the following aspects should be noted for compliance:-

13.4.1 For goods offered from within India, the prices in the corresponding price schedule shall be entered

separately in the following manner:-

a) the price of the goods, quoted ex-factory, ex-showroom, ex-warehouse or off-the-shelf, as

applicable, including all taxes and duties like sales tax, VAT,GST, custom duty, excise duty etc.

already paid or payable on the components and raw material used in the manufacture or assembly

of the goods quoted ex-factory etc. or on the previously imported goods of foreign origin quoted ex-

showroom etc.

b) any sales or other taxes and any duties including excise duty, which will be payable on the goods

in India, if the contract is awarded.

c) Charges towards inland transportation, insurance and other local costs incidental to delivery of the

goods to their final destination as specified in the List of Requirements

And

d) the price of incidental services, as and if mentioned in List of Requirements.

13.4.2 For goods offered from abroad, the prices in the corresponding price separately in the following

manner:-Schedule shall be entered

a) the price of goods quoted FAS / FOB port of shipment, CIF port of entry in India or CIP specified

place of destination in India as indicated in the List of Requirements.

b) wherever applicable, the amount of custom duty and import duty on the goods to be imported.

c) the charges for inland transportation, insurance and other local costs incidental to delivery of the

goods from the port of entry in India to their final destination, as specified in the List of

Requirements.

and

d) the charges for incidental services, as and if mentioned in the List of Requirements.

13.5 Additional information and instruction on Duties and Taxes:-

13.5.1 If the Bidder desires to ask for excise duty, sales tax, custom duty etc. to be paid extra, the same must be

specifically stated. In the absence of any such stipulation, the price will be taken inclusive of such duties

and taxes and no claim for the same will be entertained later.

13.5.2 Excise Duty:-

a) Vide Notification No. 10/97-CE dated 1.3.1997 (as amended by 16/07-CE), the goods to be supplied

to Indian Council of Agricultural Research (ICAR) and its constituent Institutes against ICAR

contracts (including contracts executed by ICAR Institutes) for any Research-related purposes are

fully exempted from levy of any Excise Duty, consequential sales tax / VAT, etc., provided the

prices are quoted ex-works by the Supplier.

Keeping this in view, the supplier shall ensure that the stores to be supplied by the supplier against

the contract placed by the purchaser are exempted from levy of any Excise duty or consequential

sales tax and, accordingly, obtain the necessary Excise Duty Exemption Certificate from the

purchaser.

Page 19: e-TENDER BIDDING DOCUMENT Critical Date Sheet

19

b) For supplying the Goods to the purchaser for purposes not related to any Research, if the

reimbursement of excise duty is intended as extra over the quoted prices, the supplier must

specifically say so also indicating the rate, quantum and nature of the duty applicable. In the

absence of any such stipulation, it will be presumed that the prices quoted are firm and final and no

claim on account of excise duty will be entertained after the opening of Bids.

c) If a Bidder chooses to quote a price inclusive of excise duty and also desires to be reimbursed for

variation, if any, in the excise duty during the time of supply, the Bidder must clearly mention the

same and also indicate the rate and quantum of excise duty included in its price. Failure to indicate

all such details in clear terms may result in rejection of that Bid.

d) Subject to sub clauses 13.5.2 (b) & (c) above, any change in excise duty upward/downward as a

result of any statutory variation in excise duty taking place within contract terms shall be allowed to

the extent of actual quantum of excise duty paid by the supplier. In case of downward revision

in excise duty, the actual quantum of reduction of excise duty shall be reimbursed to the purchaser

by the supplier. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if

any obtained by the supplier.

13.5.3 Sales Tax:-

If a Bidder asks for sales tax to be paid extra, the rate and nature of sales tax applicable should be shown

separately. The sales tax, if payable, will be paid as per the rate at which it is liable to be assessed or has

actually been assessed, provided the transaction of sale is legally liable to sales tax and is payable as per

the terms of the contract.

13.5.4 Local Duties & Taxes:

Normally, goods to be supplied to government departments against government contracts are exempted

from levy of town duty, terminal tax and other levies of local bodies. However, on some occasions, the

local bodies (like town body, municipal body etc.) as per their regulations allow such exemptions only on

production of certificate to this effect from the concerned government department. Keeping this in view, the

supplier shall ensure that the stores to be supplied by the supplier against the contract placed by the

purchaser are exempted from levy of any such duty or tax and, wherever necessary, obtain the exemption

certificate from the purchaser.

However, if a local body still insists upon payment of such local duties and taxes, the same should be paid

by the supplier to the local body to avoid delay in supplies and possible demurrage charges and obtain a

receipt for the same. The supplier should forward the receipt obtained for such payment to the purchaser to

enable the purchaser take necessary action in the matter.

13.5.5 Customs Duty:

In respect of imported stores offered from abroad, the Bidder shall specify the rate as well as the total

amount of customs duty payable. The Bidder shall also indicate the corresponding Indian Customs Tariff

Number applicable for the goods in question.

It must be always kept in view that vide Notification No. 51/96-Customs dated 23.7.1996 (as amended on

date), the imported goods to be supplied to Indian Council of Agricultural Research (ICAR) and its

constituent Institutes against ICAR contracts (including contracts executed by ICAR Institutes) for any

Research-related purposes are substantially exempted from levy of any Custom duty, and, subsequently

fully exempted from any consequential excise duty / sales tax / VAT, etc..

Keeping this in view, the supplier shall ensure that the imported stores to be supplied by the supplier against

the contract placed by the purchaser are exempted to the admissible extent from levy of any Custom duty or

Page 20: e-TENDER BIDDING DOCUMENT Critical Date Sheet

20

consequential excise duty or sales tax and, accordingly, obtain the necessary Custom Duty Exemption

Certificate from the purchaser.

13.6 For transportation of imported goods offered from abroad, relevant instructions as incorporated under GCC

Clause 10 shall be followed.

13.7 For insurance of goods to be supplied, relevant instructions as provided under GCC Clause 11 shall be

followed.

13.8 Unless otherwise specifically indicated in this Bidding document, the terms FOB, FAS, CIF, CIP etc. for

imported goods offered from abroad, shall be governed by the rules & regulations prescribed in the current

edition of INCOTERMS, published by the International Chamber of Commerce, Paris.

13.9 The need for indication of all such price components by the Bidders, as required in this clause (viz., GITB

clause 12) is for the purpose of comparison of the Bids by the purchaser and will no way restrict the

purchaser’s right to award the contract on the selected Bidder on any of the terms offered.

14. Indian Agent

14.1 If a foreign Bidder has engaged an agent in India in connection with its Bid, the foreign Bidder, in addition

to indicating (i.e. disclosing) the Indian agent’s commission, if any, in a manner described under GITB sub

clause 12.2 above, shall also furnish the following information:-

a) The complete name and address of the Indian Agent and its permanent income tax account number as

allotted by the Indian Income Tax authority.

b) The details of the services to be rendered by the agent for the subject requirement.

15. Firm Price / Variable Price

15.1 Unless otherwise specified in the SITB, prices quoted by the Bidder shall remain firm and fixed during the

currency of the contract and not subject to variation on any account. If a Bidder, against the requirement for

fixed price Bid, submits the Bid with variable/ adjustable price, that Bid will be treated as un-responsive

and rejected.

15.2 In case the Bidding documents require offers on variable price basis, the price quoted by the Bidders will be

subject to adjustment during the currency of the contract to take care of the changes in the cost of labour

and material components in accordance with the price variation formula to be specified in the SITB. If a

Bidder submits firm price quotation against the requirement of variable price quotation, that Bid will be

prima-facie acceptable and considered further, taking price variation asked for by the Bidder as zero.

15.3 However, as regards taxes and duties, if any, chargeable on the goods and payable, the conditions stipulated

in GITB clause 13 will apply for both firm price Bid and variable price Bid.

16. Alternative Bids

16.1 Unless otherwise specified in the Schedule of Requirements, alternative Bids shall not be considered.

17. Documents Establishing Bidder’s Eligibility and Qualifications

17.1 Pursuant to GITB clause 11, the Bidder shall furnish, as part of its Bid, relevant details and documents

establishing its eligibility to quote and its qualifications to perform the contract, if its Bid is accepted.

Page 21: e-TENDER BIDDING DOCUMENT Critical Date Sheet

21

17.2 The documentary evidence needed to establish the Bidder’s qualifications shall fulfill the following

requirements:-

a) in case the Bidder offers to supply goods, which are manufactured by some other firm, the Bidder has

been duly authorized by the goods manufacturer to quote for and supply the goods to the purchaser. The

Bidder shall submit the manufacturer’s authorization letter to this effect as per the standard form

provided under Section XIV in this document.

b) the Bidder has the required financial, technical and production capability necessary to perform the

contract and, further, it meets the qualification criteria incorporated in the Section IX in these

documents.

c) in case the Bidder is not doing business in India, it is/will be duly represented by an agent stationed in

India fully equipped and able to carry out the required contractual functions and duties of the supplier

including after sale service, maintenance & repair etc. of the goods in question, stocking of spare parts

and fast moving components and other obligations, if any, specified in the conditions of contract and/or

technical specifications.

c) in case the Bidder is an Indian agent quoting on behalf of a foreign manufacturer, the Indian agent is already

enlisted under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of India, operated through

Directorate General of Supplies & Disposals (DGS&D), New Delhi.

17.3 Original manufacturer or their authorized dealers are eligible to quote. For imported items, either the Indian

office of the manufacturer or the Indian agent of the manufacturer is eligible. Bidding restrictions for

principal/OEM and agent as per CVC circular No. 03/01/12 dt. 13.01.2012 would apply. Level of experience in

the relevant field and item, past performance and service, technical capability, special terms effecting

performance, software genuinely, efforts to minimize down time of equipment, service provided to sister

institutes, performance of the quoted equipment at a sister institute or other central Govt. Institute would be

considered while deciding eligibility of a bid.

17.4 As per the provisions contained in the CVC circular no. 03/01/12 dt. 13.01.2012 the bidder should be either the

Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously

for the same item/product in the same tender. If an agent submits bid on behalf of the Principal /OEM, the same

agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

17.5 Similarly bids from the Indian agent and sub-agent of the Indian agent for the same item in the same tender or by

the Indian agent for one Principal/OEM and the sub-agent of the same Indian agent for another Principal/OEM

for the same item/product will not be accepted.

17.6 As per the provisions contained in CVC Office memorandum no. 12-02-1-CTE-6 dt.17.12.2002 experience and

past performance on similar contracts for last 2 year, capabilities with respect to personnel, equipment and

manufacturing facilities, financial standing through latest I.T.C.C., Annual report (Balance sheet and Profit &

Loss Account) of last 3 years, the quantity, delivery and value requirement shall be kept in view, while deciding

eligibility.

17.7 Bids from companies/agents against whom there are past records of bad performance/service to the institute will

not be accepted unless there is enough evidence that the company/agent subsequently improved its performance.

18. Documents establishing Good’s Conformity to Bidding Document

18.1 The Bidder shall provide in its Bid the required as well as the relevant documents like technical data,

literature, drawings etc. to establish that the goods and services offered in the Bid fully conform to the

goods and services specified by the purchaser in the Bidding documents. For this purpose, the Bidder shall

also provide a clause-by-clause commentary on the technical specifications and other technical details

Page 22: e-TENDER BIDDING DOCUMENT Critical Date Sheet

22

incorporated by the purchaser in the Bid documents to establish technical responsiveness of the goods and

services offered in its Bid.

18.2 In case there is any variation and/or deviation between the goods & services prescribed by the purchaser and

that offered by the Bidder, the Bidder shall list out the same in a chart form without ambiguity and provide

the same along with its Bid.

18.3 If a Bidder furnishes wrong and/or misguiding data, statement(s) etc. about technical acceptability of the

goods and services offered by it, its Bid will be liable to be ignored and rejected in addition to other

remedies available to the purchaser in this regard.

19. Bid Security (i.e. Earnest Money Deposit)

19.1 Pursuant to GITB 11, the Bidder shall furnish along with its Bid, the Bid Security / earnest money for

amount as shown in the List of Requirements. The Bid Security / earnest money is required to protect the

purchaser against the risk of the Bidder’s unwarranted conduct as amplified under sub-clause 19.7 below.

19.2 The Bidders, who are currently registered and, also, will continue to remain registered during the Bid

validity period with Directorate General of Supplies & Disposals or with National Small Industries

Corporation, New Delhi are exempted from furnishing Bid Security / earnest money. In case the Bidder

falls in these categories, it should furnish certified copy of its valid registration details (with DGS&D or

NSIC, as the case may be).

19.3 The Bid Security / earnest money shall be denominated in Indian Rupees.

19.4 The Bid Security / earnest money shall be furnished in one of the following forms:-

i) Account Payee Demand Draft

The demand draft shall be drawn on any commercial bank in India, in favour of the authority specified in

the SITB.

19.5 The Bid Security / earnest money shall be valid for a period of forty-five days beyond the validity period of

the Bid.

19.6 Unsuccessful Bidders’ Bid Securities / earnest monies will be returned to them without any interest, after

expiry of the Bid validity period, but not later than thirty days after conclusion of the resultant contract.

Successful Bidder’s Bid Security / earnest money will be returned without any interest, after receipt of

performance security from that Bidder.

19.7 Bid Security / Earnest money of a Bidder will be forfeited, if the Bidder withdraws or amends its Bid or

impairs or derogates from the Bid in any respect within the period of validity of its Bid. The successful

Bidder’s Bid Security / EMD will be forfeited, if it fails to furnish the required performance security within

the specified period.

20. Bid Validity

20.1 If not mentioned otherwise in the SITB, the Bids shall remain valid for acceptance for a period of 120 days

(One hundred twenty days) after the date of Bid opening prescribed in the Bid document. Any Bid valid

for a shorter period shall be treated as unresponsive and rejected.

20.2 In exceptional cases, the Bidders may be requested by the purchaser to extend the validity of their Bids upto

a specified period. Such request(s) and responses thereto shall be conveyed by surface mail or by fax/

telex/cable followed by surface mail. The Bidders, who agree to extend the Bid validity, are to extend the

same without any change or modification of their original Bid and they are also to extend the validity period

Page 23: e-TENDER BIDDING DOCUMENT Critical Date Sheet

23

of the BID SECURITY accordingly. A Bidder, however, may not agree to extend its Bid validity without

forfeiting its BID SECURITY.

20.3 In case the day upto which, the Bids are to remain valid falls on/ subsequently declared a holiday or closed

day for the purchaser, the Bid validity shall automatically be extended upto the next working day.

21. Signing and sealing of bid (Not application for e-procurement)

21.1 The Bidders shall submit their Bids as per the instructions contained in GITB Clause 11.

21.2 Unless otherwise mentioned in the SITB, a Bidder shall submit two copies of its Bid marking them as

“Original” and “Duplicate”.

21.3 The original and other copies of the Bid shall either be typed or written in indelible ink and the same shall

be signed by the Bidder or by a person(s) who has been duly authorized to bind the Bidder to the contract.

The letter of authorization shall be by a written power of attorney, which shall also be furnished along with

the Bid.

21.4 All the copies of the Bid shall be duly signed at the appropriate places as indicated in the Bid documents

and all other pages of the Bid including printed literature, if any shall be initialed by the same person(s)

signing the Bid. The Bid shall not contain any erasure or overwriting, except as necessary to correct any

error made by the Bidder and, if there is any such correction; the same shall be initialed by the person(s)

signing the Bid.

21.5 The Bidder is to seal the original and each copy of the Bid in separate envelopes, duly marking the same as

“Original”, “Duplicate” and so on and writing the address of the purchaser and the Bid reference number on

the envelopes. The sentence “NOT TO BE OPENED” before …………(the Bidder is to put the date & time

of Bid opening) are to be written on these envelopes. The inner envelopes are then to be put in a bigger

outer envelope, which will also be duly sealed, marked etc. as above. If the outer envelope is not sealed and

marked properly as above, the purchaser will not assume any responsibility for its misplacement, premature

opening, late opening etc.

D. SUBMISSION OF BIDS

22. Submission of Bids

The bidders must upload their bids online as per the details instructions given at Annexure -IV.

The Bidders must ensure that they upload their Bids not later than the closing time and date specified for

submission of Bids.

23. Late Bid

23.1 As e-procurement system is adopted, the bidders are requested to upload their bids before the prescribed last

date as given in the critical date sheet of NIT.

24. Alteration and Withdrawal of Bid

24.1 The Bidder, after submitting its Bid, is permitted to alter / modify its Bid so long as such alterations /

modifications are received duly signed, sealed and marked like the original Bid, within the deadline for

submission of Bids. Alterations / modifications to Bids received after the prescribed deadline will not be

considered.

24.2 No Bid should be withdrawn after the deadline for submission of Bid and before expiry of the Bid validity

period. If a Bidder withdraws the Bid during this period, it will result in forfeiture of the earnest money

furnished by the Bidder in its Bid.

Page 24: e-TENDER BIDDING DOCUMENT Critical Date Sheet

24

E. BID OPENING

25. Opening of Bids

25.1 The purchaser will open the Bids at the specified date and time indicated in the critical date sheet of NIT.

In case the specified date of Bid opening falls on / is subsequently declared a holiday or closed day for the

purchaser, the Bids will be opened at the appointed time and place on the next working day.

25.2 Authorized representatives of the Bidders, who have submitted Bids on time may attend the Bid opening

provided they bring with them the acknowledgement receipt of the bids uploaded.

The Bid opening official(s) will prepare a list of the representatives attending the Bid opening. The list will

contain the representatives’ names & signatures and corresponding Bidders’ names and addresses.

25.3 During the Bid opening, the Bid opening official(s) will read the salient features of the Bids like description

of the goods offered, price, special discount if any, delivery period, whether earnest money furnished or not

and any other special features of the Bids, as deemed fit by the Bid opening official(s).

Only the technical bids shall be opened by the Bid Opening Officials and the bid Opening Committee shall

prepared a summary indicating the numbers of bids received and upload in the CPP Portal for Technical Bid

Evaluation of the Tender.

SCRUTINY AND EVALUATION OF BIDS

26. Basic Principle

26.1 Bids will be evaluated on the basis of the terms & conditions already incorporated in the Bidding document,

based on which Bids have been received and the terms, conditions etc. mentioned by the Bidders in their

Bids. No new condition will be brought in while scrutinizing and evaluating the Bids.

27. Preliminary Scrutiny of Bids

27.1 The Bids will first be scrutinized to determine whether they are complete and meet the essential and

important requirements, conditions etc. as prescribed in the Bidding document. The Bids, which do not they

meet the basic requirements, are liable to be treated as unresponsive and ignored.

27.2 The following are some of the important aspects, for which a Bid may be declared unresponsive and

ignored;

(i) Bid is unsigned.

(ii) Bidder is not eligible.

(iii) Bid validity is shorter than the required period.

(iii) Required BID SECURITY has not been provided.

(iv) Required warranty is shorter than as mentioned in SCC.

(v) Bidder has quoted for goods manufactured by a different firm without the required authority letter

from that manufacturer.

(vi) Bidder has not agreed to give the required performance security.

Page 25: e-TENDER BIDDING DOCUMENT Critical Date Sheet

25

(vii) Goods offered are sub-standard, not meeting the required specification etc.

(viii) Bidder has quoted variable price against the requirement of firm price.

(ix) Delivery period quoted by the Bidder is beyond the required period projected in the Bidding

document.

(x) Against a schedule in the List of Requirement (incorporated in the Bidding), the Bidder has not

quoted for the entire requirement as specified in that schedule.

(xi) Bidder has not agreed to essential condition(s) specially incorporated in the Bidding.

28. Minor Informality/Irregularity/Non-Conformity

28.1 If during the preliminary examination, the purchaser find any minor informality and/or irregularity and/or

non-conformity in a Bid, the purchaser may waive the same provided it does not constitute any material

deviation and financial impact and, also, does not prejudice or affect the ranking order of the Bidders.

Wherever necessary, the purchaser will convey its observation on such ‘minor’ issues to the Bidder by

registered/speed post etc. asking the Bidder to respond by a specified date. If the Bidder does not reply by

the specified date or gives evasive reply without clarifying the point at issue in clear terms, that Bid will be

liable to be ignored.

29. Discrepancy in Prices

29.1 If, in the price structure quoted by a Bidder, there is discrepancy between the unit price and the total price

(which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total

price corrected accordingly, unless the purchaser feels that the Bidder has made a mistake in placing the

decimal point in the unit price, in which case the total price as quoted shall prevail over the unit price and

the unit price corrected accordingly.

29.2 If there is an error in a total price, which has been worked out through addition and/or subtraction of

subtotals, the subtotals shall prevail and the total corrected; and

29.3 If there is a discrepancy between the amounts express in words and figures, the amount in words shall

prevail, subject to sub clause 29.1 and 29.2 above.

29.4 If, as per the judgment of the purchaser, there is any such arithmetical discrepancy in a Bid, the same will be

suitably conveyed to the Bidder by registered / speed post. If the Bidder does not agree to the observation of

the purchaser, the Bid is liable to be ignored.

30. Discrepancy between original and copies of Bid (Not applicable for e-procurement)

30.1 In case any discrepancy is observed between the text etc. of the original copy and that in the other copies of

the same Bid set, the text etc. of the original copy shall prevail. Here also, the purchaser will convey its

observation suitably to the Bidder by register / speed post and, if the Bidder does not accept the purchaser’s

observation, that Bid will be liable to be ignored.

31. Qualification Criteria

31.1 Bids of the Bidders, who do not meet the required qualification criteria prescribed in Section IX, will be

treated as unresponsive and will not be considered further.

Page 26: e-TENDER BIDDING DOCUMENT Critical Date Sheet

26

32. Conversion of Bid currencies to Indian Rupees

32.1 In case the Bidding document permits the Bidders to quote their prices in different currencies, all such

quoted prices of the responsive Bidders will be converted to a single currency viz., Indian Rupees for the

purpose of equitable comparison and evaluation, as per the B.C. selling exchange rates established by the

State Bank of India for similar transaction, as on the date of Bid opening.

33. Schedule-wise Evaluation

33.1 In case the List of Requirements contains more than one schedule, the responsive Bids will be evaluated and

compared separately for each schedule. The Bid for a schedule will not be considered if the complete

requirement prescribed in that schedule is not included in the Bid. However, as already mentioned in GITB

sub clause 13.2, Bidders have the option to quote for any one or more schedules and offer discounts for

combined schedules. Such discounts, wherever applicable, will be taken into account to determine the Bid

or combination of Bids offering the lowest evaluated cost for the purchaser in deciding the successful

Bidder for each schedule, subject to that Bidder(s) being responsive.

Comparison on CIP Destination Basis

34.1 Unless mentioned otherwise in “Section-III: – Special Instructions to Bidders” and “Section-VI “– List of

Requirements”, the comparison of the responsive Bids shall be on “CIP destination basis, duly delivered,

commissioned, etc.”, as the case may be.

35. Additional Factors and Parameters for Evaluation and Ranking of Responsive Bids

35.1 Further to GITB Clause 34 above, the purchaser’s evaluation of a Bid will include and take into account the

following:

i) in the case of goods manufactured in India or goods of foreign origin already located in India, sales

tax & other similar taxes and excise duty & other similar duties, which will be contractually

payable (to the Bidder), on the goods, if a contract is awarded on the Bidder; and

ii) in the case of goods of foreign origin offered from abroad, customs duty and other similar import

duties/taxes, which will be contractually payable (to the Bidder) on the goods if the contract is

awarded on the Bidder.

35.2 The purchaser’s evaluation of Bid will also take into account the additional factors, if any, incorporated in

SITB in the manner and to the extent indicated therein.

35.3 In case there is provision in the Bid documents for price preference to small scale sectors etc. and purchase

preference to central public sector undertakings, the same will also be taken care of while evaluating,

comparing and ranking the responsive Bids.

35.4 If the Bids have been invited on variable price basis, the Bids will be evaluated, compared and ranked on

the basis of the position as prevailing on the day of Bid opening and not on the basis of any future date.

36. Bidder’s capability to perform the contract

36.1 The purchaser, through the above process of Bid scrutiny and Bid evaluation will determine to its

satisfaction whether the Bidder, whose Bid has been determined as the lowest evaluated responsive Bid, is

eligible, qualified and capable in all respects to perform the contract satisfactorily. If there is more than one

schedule in the List of Requirements, then, such determination will be made separately for each schedule.

36.2 The above mentioned determination will inter alia, take into account the Bidder’s financial, technical and

production capabilities for satisfying all the requirements of the purchaser as incorporated in the Bid

document. Such determination will be based upon scrutiny and examination of all relevant data and details

Page 27: e-TENDER BIDDING DOCUMENT Critical Date Sheet

27

submitted by the Bidder in its Bid as well as such other allied information as deemed appropriate by the

purchaser.

37. Contacting the Purchaser

37.1 From the time of submission of Bid to the time of awarding the contract, if a Bidder needs to contact the

purchaser for any reason relating to this Bidding and / or its Bid, it should do so only in writing.

37.2 In case a Bidder attempts to influence the purchaser in the purchaser’s decision on scrutiny, comparison &

evaluation of Bids and awarding the contract, the Bid of the Bidder shall be liable for rejection in addition

to appropriate administrative actions being taken against that Bidder, as deemed fit by the purchaser.

G. AWARD OF CONTRACT

38. Purchaser’s Right to accept any Bid and to reject any or All Bids

38.1 The purchaser reserves the right to accept in part or in full any Bid or reject any Bid without assigning any

reason or to cancel the Bidding process and reject all Bids at any time prior to award of contract, without

incurring any liability, whatsoever to the affected Bidder or Bidders.

39. Award Criteria

39.1 Subject to GITB clause 38 above, the contract will be awarded to the lowest evaluated responsive Bidder

decided by the purchaser in terms of GITB Clause 36.

40. Variation of Quantities at the Time of Award

40.1 At the time of awarding the contract, the purchaser reserves the right to increase or decrease by upto twenty-

five per cent, the quantity of goods and services mentioned in the schedule (s) in the “List of Requirements”

without any change in the unit price and other terms & conditions quoted by the Bidder.

41. Notification of Award

41.1 Before expiry of the Bid validity period, the purchaser will notify the successful Bidder(s) in writing, by

registered / speed post or by fax/ telex/cable (to be confirmed by registered / speed post) that its Bid for

goods & services, which have been selected by the purchaser, has been accepted, also briefly indicating

there in the essential details like description, specification and quantity of the goods & services and

corresponding prices accepted. The successful Bidder must furnish to the purchaser the required

performance security within twenty-one days from the date of this notification. Relevant details about the

Performance Security have been provided under GCC Clause 5 under Section IV.

41.2 The notification of award shall constitute the conclusion of the contract.

42. Issue of Contract

42.1 Promptly after notification of award, the purchaser will mail the contract form (as per Section XVI) duly

completed and signed, in duplicate, to the successful Bidder by registered / speed post.

42.2 Within fifteen days from the date of the contract, the successful Bidder will return the original copy of the

contract, duly signed and dated, to the purchaser by registered / speed post.

Page 28: e-TENDER BIDDING DOCUMENT Critical Date Sheet

28

43. Non-receipt of Performance Security and Contract by the Purchaser

43.1 Failure of the successful Bidder in providing performance security and / or returning contract copy duly

signed in terms of GITB clauses 41 and 42 above shall make the Bidder liable for forfeiture of its BID

SECURITY and, also, for further actions by the purchaser against it.

44. Return of Bid Security (i.e. EMD)

44.1 The earnest money of the successful Bidder and the unsuccessful Bidders will be returned to them without

any interest, whatsoever, in terms of GITB Clause 19.6.

45. Publication of Bid Result

45.1 The name and address of the successful Bidder(s) receiving the contract(s) will be mentioned in the notice

board/bulletin/web site of the purchaser.

Page 29: e-TENDER BIDDING DOCUMENT Critical Date Sheet

29

SECTION – III

SPECIAL INSTRUCTIONS TO BIDDERS (SITB)

Page 30: e-TENDER BIDDING DOCUMENT Critical Date Sheet

30

SECTION - III

SPECIAL INSTRUCTIONS TO BIDDERS

(SITB)

The following Special Instructions to Bidders will apply for this purchase. These special instructions will

modify/substitute/supplement the corresponding General Instructions to Bidders (GITB) incorporated in Section II.

The corresponding GITB clause numbers have also been indicated in the text below:

In case of any conflict between the provision in the GITB and that in the SITB, the provision contained in

the SITB shall prevail.

Sl. GITB GITB Topic SITB Provision

No. Content Clause

No.

1. Definition of

The Purchaser is ICAR, Research Complex for NEH Region, Umiam-

793103, Meghalaya.

A. Preamble 1.2.(i) Purchaser

1.2.(iv) Definition of The Goods to be supplied, their Quantity, the Bid Security/EMDs for

Goods each of them, their Consignees, etc. are mentioned in the Table

attached herewith (as Annexure) & also mentioned in Section – VI.

However, their Technical Specifications are mentioned under Section

– VII.

1.2.(v)

Bid

Security Please see Annexure for amount(s) of Bid Security / EMD.

2. B. Preparation 12.1 Bid In case import is needed for supplying any item, price may be then

of Tenders currencies quoted preferably in the currency of Exporter / country of origin.

13.4.2.a Price for Price of Goods to be offered from abroad, may then be quoted CIP,

Import Kolkata as per latest edition of Inco terms.

3. B. Preparation 15.2 Firm Price/ Variable Price Quotation is not acceptable.

of Bids Variable

(Continued) Price

17.2.( Manufacture Manufacturer’s Authorization (in original), addressed to the

a) r’s

Director, ICAR-Research Complex for NEH Region, Umiam,

Meghalaya, in the format prescribed

Authorization in Section-XIV of this Bidding Document, must be submitted

Along with the Bid itself, otherwise the Bid shall be rejected (for

scientific equipments).

In case of the fabrication contracts, turn-key contracts, etc. (for a

composite Equipment, for which the bid have been invited), --- if

there are different Principals/Manufacturers/Sub-contractors for

different components of the composite Equipment, --- then as many

separate Manufacturer’s Authorizations (in original), addressed to

Page 31: e-TENDER BIDDING DOCUMENT Critical Date Sheet

31

the Director, ICAR, Research Complex for NEH Region, Umiam in

the format

prescribed in Section-XIV of this Bidding Document, must be

submitted along with the Bid itself, ---- otherwise the Bid shall be

rejected.

19.4 Bid Security /

Account Payee DD/Bank Guarantee payable at SBI ICAR Complex

Umiam Branch (code-12464

EMD favouring “DIRECTOR-ICAR, Research Complex for NEH

Region, Umiam, Meghalaya shall be acceptable, for

amount(s) as per Annexure attached herewith;

19.5 Validity of Bid Security is required to be valid for 45 days beyond the validity-

Bid Security / period of Bids in case the bid security/EMD is submitted in the form

EMD of Bank Guarantee.

20.1 Bid Validity Bid is required to be valid for 120 days from the Date of Opening of

Bids.

4. Bids’ Opening of The Bids will be opened in ICAR : Committee Room on 16.03.19

Opening 25.1 Bids at 3.00 P.M.

5. Scrutiny and 28.1 Minor Material Deviations, which would render the Bid liable to be

Evaluation Informality/Ir rejected, would include: 1. Non-submission of “Bid Submission

of Bids regularity/No Form” (see Section-X); 2. Bid without a “complete set of this Bidding

n-Conformity Document carrying Bidder’s signature/initials on every page

thereof”; 3. Non-submission of Manufacturer’s Authorization(s) (for

Scientific instruments only); 4. Non-Submission of Bid Security,

unless exempted in case of Firms registered with NSIC; 5. Lack of

Warranty terms in Bid; Pre and post installation requirement of the

equipments; user list; Compliance report etc.

Please note that these Material Deviations are only illustrative, not

exhaustive. Bidder must, therefore, fully read and understand the

Bidding Document, before submitting the Bid. In case of doubt, if

any, the Bidder must contact the Purchaser’s office, and seek

necessary clarifications in advance.

33.1 Schedule- In case the Bidder offers the discount for combined schedules,

wise conditionally (i.e. Discount to be available, only in case of the Bidder

Evaluation getting the Award of Contract for each of the combined schedules),

then such a conditional discount shall not be taken into account for

the purpose of Evaluation of Bid-price.

Only the Discounts offered unconditionally (i.e. independent

Page 32: e-TENDER BIDDING DOCUMENT Critical Date Sheet

32

Discount for any particular Schedule) shall be taken into account for

the purpose of Evaluation of Bid-price.

34.1 Comparison Reasonable loading of Bid-Price (for Delivery-Schedule), if actually

on

CI

P required, shall be taken into account, in order to bring at par and

Destination thereby appropriately compare both, the “Bid-Price (quoted on

Basis FOB/CIF basis) of an imported equipment” and the “Bid-Price

(quoted on FOR-Institute basis) of an indigenous equipment”.

For this purpose, the Freight component (based on the Freight-

Rates actually quoted by the Bidder, -- otherwise to be based on the

approximate estimates as per the currently existing Freight-rates

quoted by our pre-approved Freight-Consolidation-cum-Customs-

Clearance Agent) may have to be suitably loaded with the “Bid-

Price (quoted on FOB/CIF basis) of an imported equipment”.

35.1 Reasonable loading of Bid-Price (for Taxes), if actually required,

shall also be taken into account, in order to bring at par and thereby

appropriately compare both, the “Bid-Price (quoted on FOB/CIF

basis) of an imported equipment” and the “Bid-Price (quoted on

Destination-Institute basis) of an indigenous equipment”.

Additional For example, the amount of concessional Customs Duty (5.1% or as

Factors & applicable on the Date of Bid-opening) shall have to be loaded with

Parameters the “Bid-price (quoted on FOB/CIF basis) of an imported

for equipment”.

Evaluation &

ranking of Similarly, the amount of local Taxes e.g. CST, etc. (as applicable on

Responsive the Date of Bid-opening) shall have to be loaded with the “Bid-price

Tenders (quoted on FOR-Institute basis) of an indigenous equipment”.

35.3 Price Preference, to the extent admissible under New GFR, 2017

and new Procurement Manual of MoF, GoI, shall be allowed to the

SSI Sector & Central PSUs.

8. F. Award of Variation of Quantity may vary (increase or decrease) to the extent of 25%.

Contract 40.1 Quantities at

the Time of

Award

Page 33: e-TENDER BIDDING DOCUMENT Critical Date Sheet

33

ANNEXURE

Sl.

No.

Name of the Goods Bid Security/ EMD

(in Rs.)

Estimated Cost

1. Construction of Compost pits (3 nos.) of size

(6.00x3.00x1.80) m for office of ICAR,

Umiam, Meghalaya

10,000/- 4,89,428/-

Page 34: e-TENDER BIDDING DOCUMENT Critical Date Sheet

34

SECTION – IV

GENERAL CONDITIONS OF CONTRACT (GCC)

Page 35: e-TENDER BIDDING DOCUMENT Critical Date Sheet

35

SECTION - IV

GENERAL CONDITIONS OF CONTRACT (GCC )

TABLE OF CLAUSES

1 Application

2 Use of contract documents and information

3 Patent Rights

4 Country of Origin

5 Performance Security

6 Technical Specifications and Standards

7 Packing and Marking

8 Inspection and Quality Control

9 Terms of Delivery

10 Transportation of Goods

11 Insurance

12 Spare parts

13 Incidental services

14 Distribution of Despatch Documents for Clearance/Receipt of Goods

15 Warranty

16 Assignment

17 Sub Contracts

18 Modification of contract

19 Prices

20 Taxes and Duties

21 Terms and mode of Payment

22 Delay in the supplier’s performance

23 Liquidated Damages

24 Termination for default

25 Termination for insolvency

Page 36: e-TENDER BIDDING DOCUMENT Critical Date Sheet

36

26 Force Majeure

27 Termination for convenience

28 Governing language

29 Notices

30 Resolution of disputes

31 Applicable Law

Page 37: e-TENDER BIDDING DOCUMENT Critical Date Sheet

37

SECTION-IV

GENERAL CONDITIONS OF CONTRACT (GCC)

1. Application

1.1 The General Conditions of Contract incorporated in this section shall be applicable for this purchase to

the extent the same are not superseded by the Special Conditions of Contract prescribed under Section V of

this document. The Bidders shall also note the same.

2. Use of contract documents and information

2.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract or any

provision thereof including any specification, drawing, sample or any information furnished by or on behalf

of the purchaser in connection therewith, to any person other than the person(s) employed by the supplier in

the performance of the contract emanating from this Bidding document. Further, any such disclosure to any

such employed person shall be made in confidence and only so far as necessary for the purposes of such

performance for this contract.

2.2 Further, the supplier shall not, without the purchaser’s prior written consent, make use of any document or

information mentioned in GCC sub-clause 2.1 above except for the sole purpose of performing this

contract.

2.3 Except the contract issued to the supplier, each and every other document mentioned in GCC sub-clause 2.1

above shall remain the property of the purchaser and, if advised by the purchaser, all copies of all such

documents shall be returned to the purchaser on completion of the supplier’s performance and obligations

under this contract.

3. Patent Rights

3.1 The supplier shall, at all times, indemnify the purchaser, free of cost, against all claims which may arise in

respect of goods & services to be provided by the supplier under the contract for infringement of any right

protected by patent, registration of designs or trademarks. In the event of any such claim in respect of

alleged breach of patent, registered designs, trademarks etc. being made against the purchaser, the purchaser

shall notify the supplier of the same and the supplier shall, at his own expenses take care of the same for

settlement without any liability to the purchaser.

4. Country of Origin

4.1 All goods and services to be supplied and provided for the contract shall have the origin in India or in the

countries with which the Government of India has trade relations.

4.2 The word “origin” incorporated in this clause means the place from where the goods are mined, cultivated,

grown, manufactured, produced or processed or from where the services are arranged.

5. Performance Security

5.1 Within twenty-one days after the issue of notification of award by the purchaser, the supplier shall furnish

performance security to the purchaser for an amount equal to five per cent of the total value of the

contract, valid up to sixty days after the date of completion of all contractual obligations by the

supplier, including the warranty obligations.

5.2 The Performance security shall be denominated in Indian Rupees or in the currency of the contract and shall

be in one of the following forms:

Page 38: e-TENDER BIDDING DOCUMENT Critical Date Sheet

38

a) Account Payee Demand Draft or Fixed Deposit Receipt drawn on any commercial bank in India,

in favour of the official of the purchaser as indicated in SCC under Section V.

b) Bank Guarantee issued by a commercial bank in India, in the prescribed form as provided in

Section XV of this document.

5.3 In the event of any loss due to supplier’s failure to fulfill its obligations in terms of the contract, the amount

of the performance security shall be payable to the purchaser to compensate the purchaser for the same.

5.4 In the event of any amendment issued to the contract, the supplier shall, within twenty-one days of issue of

the amendment, furnish the corresponding amendment to the Performance Security (as necessary),

rendering the same valid in all respects in terms of the contract, as amended.

5.5 Subject to GCC sub-clause 5.3 above, the purchaser will release the performance security without any

interest to the supplier on completion of the supplier’s all contractual obligations including the warranty

obligations.

6. Technical Specifications and Standards

6.1 The Goods & Services to be provided by the supplier under this contract shall conform to the technical

specifications and quality control parameters mentioned in `Technical Specification’ and ‘Quality Control

Requirements’ under Sections VII and VIII of this document.

7. Packing and Marking

7.1 The packing for the goods to be provided by the supplier should be strong and durable enough to withstand,

without limitation, the entire journey during transit including transshipment (if any), rough handling, open

storage etc. without any damage, deterioration etc. As and if necessary, the size, weights and volumes of the

packing cases shall also take into consideration, the remoteness of the final destination of the goods and

availability or otherwise of transport and handling facilities at all points during transit up to final destination

as per the contract.

7.2 The quality of packing, the manner of marking within & outside the packages and provision of

accompanying documentation shall strictly comply with the requirements as provided in Technical

Specifications and Quality Control Requirements under Sections VII and VII and in SCC under Section V.

In case the packing requirements are amended due to issue of any amendment to the contract, the same shall

also be taken care of by the supplier accordingly.

7.3 Packing instructions:

Unless otherwise mentioned in the Technical Specification and Quality Control Requirements under

Sections VII and VII and in SCC under Section V, the supplier shall make separate packages for each

consignee (in case there is more than one consignee mentioned in the contract) and mark each package on

three sides with the following with indelible paint of proper quality:

a. contract number and date

b. brief description of goods including quantity

c. packing list reference number

d. country of origin of goods

e. consignee’s name and full address; and,

f. supplier’s name and address

8. Inspection and Quality Control

8.1 The purchaser and/or its nominated representative(s) will, without any extra cost to the purchaser, inspect

and/or test the ordered goods and the related services to confirm their conformity to the contract

Page 39: e-TENDER BIDDING DOCUMENT Critical Date Sheet

39

specifications and other quality control details incorporated the contract. The purchaser shall inform the

supplier in advance, in writing, the purchaser’s programme for such inspection and, also the identity of the

officials to be deputed for this purpose.

8.2 The Technical Specification and Quality Control Requirements incorporated in the contract shall

specify what inspections and tests are to be carried out and, also, where and how they are to be conducted.

If such inspections and tests are conducted in the premises of the supplier or its subcontractor(s), all

reasonable facilities and assistance, including access to relevant drawings, design details and production

data, shall be furnished by the supplier to the purchaser’s inspector at no charge to the purchaser.

8.3 If during such inspections and tests the contracted goods fail to conform to the required specifications and

standards, the purchaser’s inspector may reject them and the supplier shall either replace the rejected goods

or make all alterations necessary to meet the specifications and standards, as required, free of cost to the

purchaser and resubmit the same to the purchaser’s inspector for conducting the inspections and tests again.

8.4 In case the contract stipulates pre-dispatch inspection of the ordered goods at supplier’s premises, the

supplier shall put up the goods for such inspection to the purchaser’s inspector well ahead of the contractual

delivery period, so that the purchaser’s inspector is able to complete the inspection within the contractual

delivery period.

8.5 If the supplier Bid the goods to the purchaser’s inspector for inspection at the last moment without

providing reasonable time to the inspector for completing the inspection within the contractual delivery

period, the inspector may carry out the inspection and complete the formality beyond the contractual

delivery period at the risk and expense of the supplier. The fact that the goods have been inspected after the

contractual delivery period will not have the effect of keeping the contract alive and this will be without any

prejudice to the legal rights and remedies available to the purchaser under the terms & conditions of the

contract.

8.6 The purchaser’s contractual right to inspect, test and, if necessary, reject the goods after the goods’ arrival

at the final destination shall have no bearing of the fact that the goods have previously been inspected and

cleared by purchaser’s inspector during pre-despatch inspection mentioned above.

8.7 Goods accepted by the purchaser and/or its inspector at initial inspection and in final inspection in terms of

the contract shall in no way dilute purchaser’s right to reject the same later, if found deficient in terms of the

warranty clause of the contract, as incorporated under GCC Clause 15.

9. Terms of Delivery

9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery specified in the contract.

10. Transportation of Goods

10.1 Instructions for transportation of imported goods offered from abroad:

Unless otherwise mentioned in SCC, the supplier shall follow the instructions mentioned below:

In case of FOB/FAS contracts, shipping arrangements shall be made by the Shipping Co-ordination and

Chartering Division/Shipping Co-ordination and Officer, Ministry of Surface Transport, New Delhi, India.

Notice about the readiness of Cargo for shipment shall be given by the supplier from time to time at least

six weeks in advance for finalizing the shipping arrangement, through Fax/Telex and courier, to the Chief

Controller of Chartering, Shipping Co-ordination Officer, Ministry of Surface Transport, Government of

India, New Delhi. Within three weeks of receipt of the advance notice, as above, the said Chief Controller

of Chartering, Shipping Coordination Officer will advise the supplier, through Fax/Telex and courier when

and on board what vessels, these goods or such part thereof are to be delivered.

If the advice for shipping arrangement is not furnished to the supplier within three weeks as aforesaid or if

the vessel arranged is scheduled to arrive at the specified port of loading later than fifteen days of the date

Page 40: e-TENDER BIDDING DOCUMENT Critical Date Sheet

40

of readiness of cargo, as aforesaid, the supplier may arrange for such transport on alternative carriers with

the prior written consent of the purchaser.

Where the supplier is required under the contract to deliver the goods on FOB/FAS basis and to arrange on

behalf and at the expense of the purchaser for ocean transportation on Indian flag vessels or vessels of

conference lines in which India is a member country, the supplier may arrange for such transportation on

alternate carriers if the specified Indian flag vessels or conference vessels are not available to transport the

goods within the time period(s) specified in the contract, with the prior written consent of the purchaser.

Should the goods or any part thereof be not delivered on the nominated vessel (except in case where prior

written consent of the purchaser was obtained), the supplier will be liable for all payments and expenses

that the purchaser may incur or be put to, by reason of such non-delivery including dead and extra freight,

demurrage of vessels and any other charges, whatsoever incurred by the purchaser.

The supplier shall not arrange part-shipments and/or transshipment without the express/prior written

consent of the purchaser.

Where the supplier is required under the contract to deliver the goods under CIF/CIP terms, no further

restriction shall be placed on the choice of the ocean carrier except that the shipment shall be made by

Indian flag vessel or by vessels belonging to the conference lines in which India is a member country.

In case of air lifting of imported goods offered from abroad, the same will be done only through the

National Carrier i.e. Air India wherever applicable.

10.2 Instructions for transportation of domestic goods including goods already imported by the supplier under its

own arrangement:

In case no instruction is provided in this regard in the SCC, the supplier will arrange transportation of the

ordered goods as per its own procedure.

11. Insurance:

11.1 Unless otherwise instructed in the SCC, the supplier shall make arrangements for insuring the goods against

loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the

following manner:

i) Wherever necessary, the goods supplied under the contract shall be fully insured in a freely

convertible currency in the manner specified in the contract. If considered necessary, the insurance

may be done for coverage on “all risks” basis including war risks and strike clauses. The amount to

be covered under insurance should be sufficient to take care of the overall expenditure, which may

be incurred due to any such damage, loss etc.

ii) where delivery of imported goods offered from abroad is required by the purchaser on CIF/CIP

basis, the supplier shall arrange for insurance for an amount equal to one hundred and ten percent

of the CIF or CIP value of the goods from “warehouse to warehouse” (final destination) on “all

risks” basis including war risks and strikes and pay for the insurance, making the purchaser as the

beneficiary.

iii) Where delivery is on FOB/FAS basis, marine/air insurance shall be the responsibility of the

purchaser.

iv) in case of supply of domestic goods on CIP destination basis, the supplier shall be responsible till

the entire stores contracted for arrive in good condition at destination. The transit risk in this

respect shall be covered by the Supplier by getting the stores duly insured. The insurance cover

shall be obtained by the Supplier in its own name and not in the name of the Purchaser or its

Consignee.

Page 41: e-TENDER BIDDING DOCUMENT Critical Date Sheet

41

12. Spare parts

12.1 If specified in the List of Requirements and in the resultant contract, the supplier shall supply/provide any

or all of the following materials, information etc. pertaining to spare parts manufactured and/or supplied by

the supplier:

a) the spare parts as selected by the purchaser to be purchased from the supplier, subject to the

condition that such purchase of the spare parts shall not relieve the supplier of any contractual

obligation including warranty obligations; and

b) in case the production of the spare parts is discontinued:

i) Sufficient advance notice to the purchaser before such discontinuation to provide

adequate time to the purchaser to purchase the required spare parts etc., and

ii) immediately following such discontinuation, providing the purchaser, free of cost, the

designs, drawings, layouts and specifications of the spare parts, as and if requested by the

purchaser.

12.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the goods so

that the same are supplied to the purchaser promptly on receipt of order from the purchaser.

13. Incidental services

13.1 Subject to the stipulation, if any, in the SCC (Section-V) and the Technical Specification (Section – VII),

the supplier shall be required to perform any or all of the following services.

i) Providing required jigs and tools for assembly, start-up and maintenance of the goods

ii) Supplying required number of operation & maintenance manual for the goods

iii) Installation and commissioning of the goods

iv) Training of purchaser’s operators for operating and maintaining the goods

v) Providing after sales service during the tenure of the contract

vi) Providing maintenance service after expiry of the warranty period of the goods if so incorporated

in the contract

13.2 Prices to be paid to the supplier by the purchaser for any of the required incidental services, if not already

included in the contract price during the placement of the contract, shall be settled and decided in advance

by the purchaser and the supplier. However, such prices shall not exceed the contemporary rates charged

by the supplier to other customers for similar services.

14. Distribution of Dispatch Documents for clearance/ Receipt of Goods

The supplier shall send all the relevant dispatch documents well in time to the purchaser to enable the

purchaser clear or receive (as the case may be) the goods in terms of the contract.

Unless otherwise specified in the SCC, the usual documents involved and the drill to be followed in

general for this purpose are as follows.

(i) For Domestic Goods :

Within 24 hours of dispatch, the supplier shall notify the purchaser, consignee, and others concerned if

mentioned in the contract, the complete details of dispatch and also supply the following documents to

them by registered post / speed post (or as instructed in the contract):

Page 42: e-TENDER BIDDING DOCUMENT Critical Date Sheet

42

a) Supplier’s Invoice indicating, interalia description and specification of the goods, quantity, unit

price, total value;

b) Packing list;

c) Certificate of country of origin;

d) Insurance certificate;

e) Railway receipt/Consignment note;

f) Manufacturer’s guarantee certificate and in-house inspection certificate;

g) Inspection certificate issued by purchaser’s inspector

h) Expected date of arrival of goods at destination

and

i) Any other document(s) as and if specifically mentioned in the contract

(ii) For imported Goods offered from Abroad :

Within 24 hours of dispatch, the supplier shall notify the purchaser, consignee, others concerned if

mentioned in the contract, the complete details of dispatch and also supply to them following documents

by air mail/ courier (or as instructed in the contract):

a) Supplier’s Invoice giving full details of the goods including quantity, value, etc.;

b) Packing list;

c) Certificate of country of origin;

d) Manufacturer’s guarantee and Inspection certificate;

e) Inspection certificate issued by the Purchaser’s Inspector;

f) Insurance Certificate;

g) Name of the Vessel/Carrier;

h) Bill of Lading/Airway Bill;

i) Port of Loading;

j) Date of Shipment;

k) Port of Entry & expected date of arrival of goods at Port of Entry/ Destination

and

l) Any other document(s) as and if specifically mentioned in the contract

15. Warranty

15.1 The supplier warrants that the goods supplied under the contract is new, unused and incorporate all recent

improvements in design and materials unless prescribed otherwise by the purchaser in the contract. The

supplier further warrants that the goods supplied under the contract shall have no defect arising from

design, materials (except when the design adopted and / or the material used are as per the purchaser’s

specifications) or workmanship or from any act or omission of the supplier, that may develop under

normal use of the supplied goods under the conditions prevailing in India.

15.2 This warranty shall remain valid for two (02) years (if otherwise not mentioned in the technical

specifications at Section-VII), after the goods or any portion thereof as the case may be, have been

delivered to the final destination and installed and commissioned at the final destination and accepted by

the purchaser in terms of the contract.

15.3 In case of any claim arising out of this warranty, the purchaser shall promptly notify the same in writing to

the supplier.

15.4 Upon receipt of such notice, the supplier shall, with all reasonable speed (or within the period, if specified

in the SCC), repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination

Page 43: e-TENDER BIDDING DOCUMENT Critical Date Sheet

43

and the supplier shall take over the replaced parts/goods after providing their replacements. No claim

whatsoever shall lie on the purchaser for such replaced parts/goods thereafter.

15.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty

period, the warranty for the rectified/replaced goods shall be extended to a further period of twelve months

from the date such rectified / replaced goods starts functioning to the satisfaction of the purchaser.

15.6 If the supplier, having been notified, fails to rectify/replace the defect(s) within a reasonable period (or

within the period, if specified in the SCC), the purchaser may proceed to take such remedial action(s) as

deemed fit by the purchaser, at the risk and expense of the supplier and without prejudice to other

contractual rights and remedies, which the purchaser may have against the supplier.

16. Assignment

16.1 The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities and

obligations to perform the contract, except with the Purchaser’s prior written permission.

17. Sub Contracts

17.1 The Supplier shall notify the Purchaser in writing of all sub contracts awarded under the contract, if not

already specified in its Bid. Such notification, in its original Bid or later, shall not relieve the Supplier from

any of its liability or obligation under the terms and conditions of the contract.

17.2.1 Sub contract shall be only for bought out items and sub-assemblies.

17.3 Sub contracts shall also comply with the provisions of GCC Clause 4 (“Country of Origin”).

18. Modification of contract

18.1 If necessary, the purchaser may, by a written order given to the supplier at any time during the currency of

the contract, make alterations and modifications, within the general scope of contract in any one or more of

the following:

a) Specifications, drawings, designs etc. where goods to be supplied under the contract are to be

specially manufactured for the purchaser,

b) mode of packing,

c) incidental services to be provided by the supplier

d) mode of dispatch,

e) place of delivery, and

f) any other area(s) of the contract, as felt necessary by the purchaser depending on the merits of the

case.

18.2 In the event of any such modification/alteration causing increase or decrease in the cost of goods and

services to be supplied and provided, or in the time required by the supplier to perform any obligation under

the contract, an equitable adjustment shall be made in the contract price and/or contract delivery schedule,

as the case may be, and the contract amended accordingly. If the supplier doesn’t agree to the adjustment

made by the purchaser, the supplier shall convey its views to the purchaser within twenty-one days from

the date of the supplier’s receipt of the purchaser’s amendment / modification of the contract.

19. Prices

19.1 Prices to be charged by the supplier for supply of goods and provision of services in terms of the contract

shall not vary from the corresponding prices quoted by the supplier in its Bid and incorporated in the

contract except for any price adjustment authorized in the SCC.

20. Taxes and Duties

Page 44: e-TENDER BIDDING DOCUMENT Critical Date Sheet

44

20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of the

contracted goods to the purchaser.

20.2 Further instruction, if any, shall be as provided in the SCC.

21. PAYMENT

21.1 The payment shall be made in the currency/currencies specified in the contract. The supplier shall send its

claim (with relevant documents, as required) to the appropriate paying authority as specified in the

Schedule of Requirements and the contract. Before claiming any payment, the supplier shall ensure that all

the contractual obligations for claiming that payment have been duly fulfilled.

21.2 The payment shall be made in the following manner and on production of the following documents:

A) Payment for goods supplied from abroad.

i. In case of imported goods, the price may be quoted in foreign currency and import will be on

FOB basis. However, custom clearance, Inland freight etc. will be the responsibility of the supplier

and no separate charges will be paid for that, however, custom duty exemption certificate shall be

provided. The supplier should inform well in advance for sending these papers. No demurrage charges

will be paid. If the supplier desires, rate in corresponding Indian currency may be quoted. It will be at

the discretion of the authority of ICAR Research Complex for NEH Region to accept Indian or Foreign

currency prices.

ii. In case of any custom duty charge, applicable as per Govt. of India’s Notification, the same may be

paid by the firm which will be reimbursed to the Indian Agent (who should be a registered firm and

with DGS&D) immediately, subject to the condition that the bill of entry in original along with all

relevant papers are submitted immediately, after custom clearance and installation and demonstration

of the items. Installation and demonstration should be free of cost.

iii. The import & payment will be made by means of Foreign Bank Draft/ Site Draft in case of

foreign imported goods. Performance bank guarantee of 10% FOB value, valid till the end of

warranty period, should be submitted before the release of the security deposit. All bank charges

outside and inside India shall go to the beneficiary’s account. Draft making charges would go to the

beneficiary’s account and a scanned copy of the draft, if required can be sent to the Indian agent by

post. Draft would be handed over after successful installation and demonstration which should be

completed within 45 days from the date of draft and submission of all documents like bill of entry etc.

iv. All imported items should be delivered up to destination i.e. all the import should be free of inland

freight charges, insurance etc.

v. Indian Agency Commission rate and amount should be clearly specified as per IAC rules,

wherever applicable, which will be paid in Indian Currency only.

iii) Payment of agency commission:

Payment shall be made in Indian rupees within 30 (thirty) days of presentation of claim supported

by a certificate from the purchaser conforming that the goods have been delivered, full 100%

payment have been made to the foreign supplier and all other contractual obligations, have been

performed by the supplier and its agent for claiming this payment.

The payment (towards agency commission) will be made by the purchaser’s paying authority

specified in the contract.

B) Payment for goods supplied from India:

Payment shall be made in Indian rupees by the purchaser’s paying authority, as specified in the contract

after successful installation of the equipments and on production of all the necessary documents as required

as detailed below:

Page 45: e-TENDER BIDDING DOCUMENT Critical Date Sheet

45

a) The supplier’s invoice showing contract number, description of goods, quantity, unit price and the

total amount.

b) Railway receipt or Delivery note;

c) Packing list identifying contents of each package;

d) Insurance certificate

e) Manufacturer’s/Supplier’s warranty certificate,

f) Pre-dispatch inspection certificate issued by the purchaser’s nominated inspection agency, if so

specified and the supplier’s factory inspection report.

g) Certificate of origin

h) Provisional receipt certificate for the corresponding delivery, issued by the consignee;

i) Any other document(s) and/or modification of above documents specified in the Schedule of

requirements and the contract.

C) Payment for incidental services and supervision:

The incidental services and supervision, if required separately, will be specified in the Schedule of

Requirements and in the contract. The payment terms applicable for such services and supervision will

also be specified therein.

21.3 In case of imported goods, the price may be quoted in foreign currency and import will be on FOB

basis. However, custom clearance, Inland freight etc. will be the responsibility of the supplier and no

separate charges will be paid for that, however, custom duty exemption certificate shall be provided. The

supplier should inform well in advance for sending these papers. No demurrage charges will be paid. If the

supplier desires, rate in corresponding Indian currency may be quoted. It will be at the discretion of the

authority of ICAR Research Complex for NEH Region to accept Indian or Foreign currency prices.

22. Delay in the supplier’s performance

22.1 The supplier shall deliver of the goods and perform the services under the contract within the time schedule

specified by the purchaser in the List of Requirements and as incorporated in the contract.

22.2 Subject to the provision under GCC clause 26, any unexcused delay by the supplier in maintaining its

contractual obligations towards delivery of goods and performance of services shall render the supplier

liable to any or all of the following sanctions:

(a) imposition of liquidated damages,

(ii) Forfeiture of its performance security and

(iii) Termination of the contract for default.

22.3 If at any time during the currency of the contract, the supplier encounters conditions hindering timely

delivery of the goods and performance of services, the supplier shall promptly inform the purchaser in

writing about the same and its likely duration and make a request to the purchaser for extension of the

delivery schedule accordingly. On receiving the supplier’s communication, the purchaser shall examine the

Situation as soon as possible and, at its discretion, may agree to extend the delivery schedule, with or

without liquidated damages for completion of supplier’s contractual obligations by issuing an amendment to

the contract.

22.4 When the period of delivery is extended due to unexcused delay by the supplier, the amendment letter

extending the delivery period shall, interalia contain the following conditions:

Page 46: e-TENDER BIDDING DOCUMENT Critical Date Sheet

46

(a) The purchaser shall recover from the supplier, under the provisions of the clause 23 of the General

Conditions of Contract, liquidated damages on the goods and services, which the Supplier has

failed to deliver within the delivery period stipulated in the contract.

(b) That no increase in price on account of any ground, whatsoever, including any stipulation in the

contract for increase in price on any other ground and, also including statutory increase in or fresh

imposition of customs duty, excise duty, sales tax or on account of any other tax or duty which may

be levied in respect of the goods and services specified in the contract, which takes place after the

date of delivery stipulated in the contract shall be admissible on such of the said goods and services

as are delivered and performed after the date of the delivery stipulated in the contract.

(c) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in price on account

of reduction in or remission of customs duty, excise duty, sales tax or any other duty or tax or levy

or on account of any other grounds, which takes place after the expiry of the date of delivery

stipulated in the contract.

22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is required to

apply to the purchaser for extension of delivery period and obtain the same before dispatch. In case the

supplier dispatches the goods without obtaining an extension, it would be doing so at its own risk and no

claim for payment for such supply and / or any other expense related to such supply shall lie against the

purchaser.

23. Liquidated damages

23.1 Subject to GCC clause 26, if the supplier fails to deliver any or all of the goods or fails to perform the

services within the time frame(s) incorporated in the contract, the purchaser shall, without prejudice to other

rights and remedies available to the purchaser under the contract, deduct from the contract price, as

liquidated damages, a sum equivalent to the percentage prescribed in the SCC of the delivered price of the

delayed goods and/or services for each week of delay or part thereof until actual delivery or performance,

subject to a maximum deduction of the percentage prescribed in the SCC of the delayed goods’ or services’

contract price(s).

During the above mentioned delayed period of supply and / or performance, the conditions incorporated

under GCC sub-clause 22.4 above shall also apply.

24. Termination for default

24.1 The purchaser, without prejudice to any other contractual rights and remedies available to it (the purchaser),

may, by written notice of default to the supplier, terminate the contract in whole or in part, if the supplier

fails to deliver any or all of the goods or fails to perform any other contractual obligation(s) within the time

period specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC

sub-clauses 22.3 and 22.4.

24.2 In the event of the purchaser terminates the contract in whole or in part, pursuant to GCC sub-clause 24.1

above, the purchaser may procure goods and/or services similar to those cancelled, with such terms and

conditions and in such manner as it deems fit and the supplier shall be liable to the purchaser for the extra

expenditure, if any, incurred by the purchaser for arranging such procurement.

24.3 Unless otherwise instructed by the purchaser, the supplier shall continue to perform the contract to the

extent not terminated.

25. Termination for insolvency

25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right to terminate the

contract at any time, by serving written notice to the supplier without any compensation, whatsoever, to the

supplier, subject to further condition that such termination will not prejudice or affect the rights and

remedies which have accrued and / or will accrue thereafter to the purchaser.

26. Force Majeure

26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the supplier shall not be liable for

imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling its obligations

under the contract is the result of an event of Force Majeure.

Page 47: e-TENDER BIDDING DOCUMENT Critical Date Sheet

47

26.2 For purposes of this clause, Force Majeure means an event beyond the control of the supplier and not

involving the supplier’s fault or negligence and which is not foreseeable. Such events may include, but

are not restricted to, acts of the purchaser either in its sovereign or contractual capacity, wars or revolutions,

hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine

restrictions, strikes, lockouts, and freight embargoes.

26.3 If a Force Majeure Situation arises, the supplier shall promptly notify the purchaser in writing of such

conditions and the cause thereof within twenty one days of occurrence of such event. Unless otherwise

directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract

as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented

by the Force Majeure event.

26.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any

reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the

contract without any financial repercussion on either side.

26.5 In case due to a Force Majeure event, the purchaser is unable to fulfill its contractual commitment and

responsibility, the purchaser will notify the supplier accordingly and subsequent actions taken on similar

lines described in above sub-paragraphs.

27. Termination for convenience 27.1 The purchaser reserves the right to terminate the contract, in whole or in part for it’s (purchaser’s)

convenience, by serving written notice on the supplier at any time during the currency of the contract. The

notice shall specify that the termination is for the convenience of the purchaser. The notice shall also

indicate interalia, the extent to which the supplier’s performance under the contract is terminated, and the

date with effect from which such termination will become effective.

27.2 The goods and services which are complete and ready in terms of the contract for delivery and performance

within thirty days after the supplier’s receipt of the notice of termination shall be accepted by the purchaser

following the contract terms, conditions and prices. For the remaining goods and services, the purchaser

may decide:

a) to get any portion of the balance completed and delivered at the contract terms, conditions and prices;

and / or

b) to cancel the remaining portion of the goods and services and compensate the supplier by paying an

agreed amount for the cost incurred by the supplier towards the remaining portion of the goods and

services.

28. Governing language 28.1 The contract shall be written in English language or in Hindi language following the provision as contained

in GITB clause 4. All correspondence and other documents pertaining to the contract, which the parties

exchange, shall also be written accordingly in that language.

29. Notices

29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in writing, which will

also provide proof of receipt by the other party, or by cable or telex or facsimile and confirmed in writing.

The addresses of the parties for exchanging such notices will be the addresses as incorporated in the

contract.

29.2 The effective date of a notice shall be either the date when delivered to the recipient or the effective date

specifically mentioned in the notice, whichever is later.

30. Resolution of disputes 30.1 If dispute or difference of any kind shall arise between the purchaser and the supplier in connection with or

relating to the contract, the parties shall make every effort to resolve the same amicably by mutual

consultations.

Page 48: e-TENDER BIDDING DOCUMENT Critical Date Sheet

48

30.2 If the parties fail to resolve their dispute or difference by such mutual consultation within twenty one days

of its occurrence, then, unless otherwise provided in the SCC, either the purchaser or the supplier may give

notice to the other party of its intention to commence arbitration, as hereinafter provided:

i) When the contract is with domestic supplier, the applicable arbitration procedure will be as per

Indian Arbitration and Conciliation Act, 1996.

ii) When the contract is with foreign supplier, the supplier has the option to choose either Indian

Arbitration and Conciliation Act, 1996 or Arbitration in accordance with the provision of

UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules.

30.3 Venue of Arbitration: The venue of arbitration shall be the place from where the contract has been issued.

31. Applicable Law

The contract shall be interpreted in accordance with the laws of India.

------------- x ------------

Page 49: e-TENDER BIDDING DOCUMENT Critical Date Sheet

49

SECTION – V

SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 50: e-TENDER BIDDING DOCUMENT Critical Date Sheet

50

SECTION – V

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The

corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have

also been incorporated below.

These Special Conditions will modify/substitute/supplement the corresponding (GCC) clauses.

Whenever there is any conflict between the provision in the GCC and that in the SCC, the

provision contained in the SCC shall prevail.

Sl. GCC Content GCC SCC Provision

No. Clause

No.

1. Performance 5.2(a)

Only Account Payee DD payable to “DIRECTOR-ICAR Research

Complex for NEH Region, Umiam, Meghalaya payable at SBI

Security

ICAR, complex Code (12464), shall be acceptable; FDR/TDR shall also

be

accepted; however, Bank Guarantee shall be acceptable in format given

in

Section-XV of this Bid Document,.

[for an amount equal to five per cent of the total value of the contract,

valid

up to sixty days after the date of completion of all contractual obligations

by

the supplier, including the warranty obligations]

2. Warranty 15.

Warranty period shall be two (03) years (if otherwise not mentioned in the

in

the technical specifications given in Section-VII) from the date of

satisfactory

installation and commissioning of the Equipment. Bids without the

compliance of the warranty clause shall be summarily

rejected.

3. Insurance 11(ii) Ware house to ware house (up to ICAR-Research Complex for NEH

Region, Umiam, Meghalaya, in case of

orders on CIF/CIP, Kolkata basis.

4. Liquidated 23.1 If the supplier fails to deliver the item within the time frame incorporated in

damages

the contract, liquidated damages @ 0.5% per week of the contract price will

be

deducted subject to a maximum of 10%. of the total contract value.

5. Payment 21. The designation and address of the Paying Authority are:

Director, ICAR-ICAR, Research Complex for NEH Region, Umiam,

Meghalaya

Advance payment to supplier shall be made (as per Rule 172 of GFR,

2017):

Ordinarily, payments for services rendered or supplies made should be

released only after the services have been rendered or supplies made.

Page 51: e-TENDER BIDDING DOCUMENT Critical Date Sheet

51

However, it may become necessary to make advance payments on demand

by

firms against fabrication contracts, turn-key contracts.

Such advance payments shall not exceed the following limits :

(i) Thirty per cent. Of the contract value to private firms;

(ii) Forty per cent. Of the contract value to a State or Central

Government agency or a Public Sector Undertaking;

However, for claiming any Advance payment, the interested firm(s) must

submit Bank Guarantee of the equivalent amount, in favour of “DIRECTOR,

ICAR Research Complex for NEH Region, Umiam, Meghalaya.

Page 52: e-TENDER BIDDING DOCUMENT Critical Date Sheet

52

SECTION – VI

LIST OF REQUIREMENTS

Page 53: e-TENDER BIDDING DOCUMENT Critical Date Sheet

53

SECTION – VI

LIST OF REQUIREMENTS

Sl.

No.

Name of the Goods Bid Security/

EMD (in Rs.)

Estimated

1. Construction of Compost pits (3 nos.) of size

(6.00x3.00x1.80) m for office of ICAR, Umiam,

Meghalaya

10,000/- 4,89,428/-

Important Terms & Conditions (Summary):

1. Manufacturer’s Authorization:

Manufacturer’s Authorization (in original) for Scientific equipments only, addressed to the Director, ICAR-

Research Complex for NEH Region Umiam, Meghalaya-793103, in the format prescribed in Section-XIV

of this Bidding Document, must be submitted alongwith the Bid itself, otherwise the Bid shall be rejected.

In case of the fabrication contracts, turn-key contracts, etc. (for a composite Equipment, for which the bid

have been invited), --- if there are different Principals/Manufacturers for different components of the

composite Equipment, --- then as many separate Manufacturer’s Authorizations (in original), addressed to

the Director, ICAR-Research Complex for NEH Region Umiam, Meghalaya-793103, in the format

prescribed in Section-XIV of this Bidding Document, must be submitted alongwith the Bid itself, ----

otherwise the Bid shall be rejected.

2. Warranty : Warranty period shall be two (03) years (if otherwise not mentioned in the in the technical

specifications given in Section-VII) from the date of satisfactory installation and commissioning

of

the Equipment.

Note: Where there is any conflict between the provision in the List of requirement (Section-VI) and in the

Technical Specifications (Section-VII) regarding warranty period, the warranty mentioned in the

Technical Specification (Section-VII) shall prevail.

3. Required Delivery Schedule: Within 90 days from the Date of Notification of Award (for imported

goods/components); within 90 days from the Date of Notification of Award (for Indian Goods/Components)

4. Required Terms of Delivery and Destination:

DESTINATION [ICAR- ICAR-Research

Complex for NEH Region Umiam,]

However for imported goods/components

CIP [Destination: Kolkata] or

FOB/FCA port of shipment Price be quoted for both FOB

and CIP)

Page 54: e-TENDER BIDDING DOCUMENT Critical Date Sheet

54

5. Advance payment to supplier shall be as per Rule 172 of GFR, 2017:

Ordinarily, payments for services rendered or supplies made should be released, only after the services have

been rendered or supplies made. However, it may become necessary to make advance payments on

demand (to be indicated in Price-Schedule, in the Bid itself) by firms against fabrication contracts, turn-

key contracts etc.,

Such advance payments shall not exceed the following limits:

(i) Thirty per cent of the contract value to private firms;

(ii) Forty per cent of the contract value to a State or Central Government agency or a Public Sector

Undertaking;

However, for claiming any Advance payment, the interested firm(s) must submit Bank Guarantee of the

equivalent amount, in favour of “DIRECTOR, ICAR- ICAR-Research Complex for NEH Region Umiam,

Meghalaya-793103, after the Award of Contract, and also after the submission of Performance Security.

Note: Bids not complying with above terms will be rejected.

------------- x -----------------

Page 55: e-TENDER BIDDING DOCUMENT Critical Date Sheet

55

SECTION – VII

TENDER SPECIFICATION

Name of work: Construction of Compost pits (3 nos.) of size (6.00x3.00x1.80) m for office of ICAR, Umiam,

Meghalaya.

Estimate cost: (Approx.) Rs. 4,89,428/- (Rupees four lakhs eighty nine thousand four hundred twenty eight) only.

Sl No. Description of work

1 Earthwork in excavation upto a depth of 2m below the existing ground level for foundation trenches

of foundations, footings of column/walls, retaining walls, septic tank etc. Including bailing out water

where necessary and removal of surplus earth with all lead and lifts as directed and specified for the

following classification of soils.

(b) In hard/dense soil

= 7.00x4.00x1.40 = 39.20 m3 x3 nos = 117.60 m

3

2 Providing brick soling in foundation and under floor with stone/best quality picked jhama brick, sand

packed and laid to level and in panel after preparing the subgrade as directed including all labour and

materials and if necessary dewatering complete.

(c)Stone soling of thickness 100mm

= 7.00x4.00 = 28.00m2 x3 nos= 84.00 m

2

3 Plain cement concrete works with coarse aggregate of sizes 13mm to 32mm in foundation bed for

footing steps, walls, brick works etc. As directed and specified including dewatering if necessary and

curing complete (shuttering where necessary shall be measured and paid separately).

(b) in prop 1:4:8 (1 cement: 4 coarse sand: 8 stone agg. By volume (using mixture machine)

= 7.00x4.00x0.10 = 2.80 m3 x3 nos = 8.40 m

3

4 Stone masonry work in retaining wall, wing wall, abutment, foundation, steps, plinth etc. In cement

mortar in prop 1:6 with levelling course of 1:6:12 with unsize stone/mawthup both faces hammer

dressed including bonding, providing face stone, through stone and centering including racking of

joints, curing and supplying and all carriage of stone as directed.

(a) Random rubble masonry

(i) In Sub-structure upto plinth level

= 0.4 (6.80+3.80)2x1.80 = 15.26 m3

Steps (inside) = 0.70 (11.25)x0.20 = 1.58 m3

Outside = 0.70 (0.75+0.75+0.50+0.25)x0.20 = 0.315 m3

= 17.155 m3 x3 nos = 51.465 m

3

5 25mm thick cement concrete topping 1:2:4 (1 cement: 2 coarse sand: 4 coarse aggregate of 12mm

nominal size) finished with a floating coat of neat cement finish (base concrete to be measured and

paid separately) to be laid in panels including curing complete as directed.

= 6.00x3.00 = 18.00 m2 x3 nos = 54.00 m

2

6 20mm thick cement plaster on rough side in two coats (backing coat 15mm and finishing coat 5mm

thick) on single or half brick walls for interior plastering up to 1st floor level including arises, internal

rounded angles, chamfers and /or rounded angles not exceeding 80mm in girth and finished even and

smooth including curing complete as directed.

= 6.00x1.80x2 = 21.60 m2

= 3.00x1.80x2 = 10.80 m2

= 0.40x6.80x2 = 5.44 m2

= 0.40x3.80x2 = 3.04 m2

= 6.80x0.60x2 = 8.16 m2

= 3.80x0.60x2 = 4.56 m2

= 53.60 m2 x3 nos = 160.80 m

2

Page 56: e-TENDER BIDDING DOCUMENT Critical Date Sheet

56

SECTION-VIII

QUALITY CONTROL REQUIREMENTS

Sl. Quality Control Condition Quality Control Requirement

No.

1. Quality Inspection Stages : Quality of Equipment(s) will be inspected at the

Delivery stage in Laboratory and also, if needed, in the

Central Stores. The quality of Equipments may well be

inspected before unloading in the Central Stores of this

Institute as well as inspected also in the Fabrication

stage, if desired in certain cases.

The inferior supply not meeting the prescribed

Technical Specifications will be rejected at no cost to

this Institute.

Page 57: e-TENDER BIDDING DOCUMENT Critical Date Sheet

57

SECTION-IX

QUALIFICATION CRITERIA

Sl. Post-Qualification Condition Qualification Criterion

No.

1. Minimum Annual Turnover : Rs…………….* during each of last 3 years

(To be substantiated by providing copies of Balance

Sheets, Profit & Loss Statement, Cash Flow Statement

etc.)

2. Minimum No. & Value of Purchase : Two Purchase Orders* received during last 3 years for

Orders received each year, for similar items.

Equipment during last 3 years

(To be substantiated by providing copies of Purchase

Orders etc.)

3. Minimum Past Performance : Copies of Satisfactory Performance Certificate for

Criteria for Equipment offered by Minimum last 2 Years for minimum 2 Units of

Equipments

Bidder in India from 2 different Government end-Users

4. Firm’s Certification Standards : ISO Certified.

5. Past Business Reputation : No Blacklisting from any Govt. Deptt./Organizations,

during last 5 years.

Signature of Bidder

--------------X---------------

Page 58: e-TENDER BIDDING DOCUMENT Critical Date Sheet

58

SECTION-X

BID FORM

Date……….

To

The Director,

ICAR-Research Complex for NEH Region,

Umiam, Meghalaya-793103.

Ref. Your Tender Enquiry Document No F.No……………………Dated……………….,

We, the undersigned have examined the above mentioned Bidding document, including amendment No.--

------, dated ---------(if any), the receipt of which is hereby confirmed. We now offer to supply and deliver……….

(description of goods and services) in conformity with your above referred document for the sum of XXXXXX (total

Bid amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this Bid.

If our Bid is accepted, we undertake to supply the goods and perform the services as mentioned above, in

accordance with the delivery schedule specified in the List of Requirements.

We further confirm that, if our Bid is accepted, we shall provide you with a performance security of

required amount in an acceptable form in terms of GCC clause 5, read with modification, if any, in Section - V –

“Special Conditions of Contract”, for due performance of the contract.

We agree to keep our Bid valid for acceptance for a period upto -------,as required in the GITB clause 20,

read with modification, if any in Section-III – “Special Instructions to Bidders” or for subsequently extended period,

if any, agreed to by us. We also accordingly confirm to abide by this Bid upto the aforesaid period and this Bid may

be accepted at any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is

executed, this Bid read with your written acceptance thereof within the aforesaid period shall constitute a binding

contract between us.

We further understand that you are not bound to accept the lowest or any Bid you may receive against your

above-referred Bidding.

Dated this…………………..day of………………., 20…

(Signature )

………………

………..

(Name and designation)

Duly authorised to sign Bid for and on behalf of

…………………………

…………….

……………………………

………….

Page 59: e-TENDER BIDDING DOCUMENT Critical Date Sheet

59

SECTION-XI

PRICE SHEDULE

To be quoted separately in the excel sheet provided as BOQ (Financial Bid)

(Note: Hard Copy of BOQ need not to be submitted)

Page 60: e-TENDER BIDDING DOCUMENT Critical Date Sheet

60

SECTION-XII

QUESTIONNAIRE (Part –A)

Sl. Details of relevant Information sought Information to be provided by the Bidder

No.

1. Name of Firm : …..

2. Date of Establishment of Firm : …..

3. Legal Status of Firm : …..

[Whether Sole Proprietary-ship / Cooperative /

Partnership Firm / Company (under Company Act)

/

Society (under Societies Registration Act)/ Central

PSU / State PSU or so?]

4. Firm’s Registration. No. & Date : ….

5. Copy of Registration. Certificate : …….. (To be enclosed

6. Annual Turn-over during last 2 years (along with :

copies of related Financial Statements e.g. Balance

Sheets, Profit & Loss Statement, Cash Flow

Statement etc. )

7.

Nos. of Purchase Orders received each year

during :

last 3 years

[along with copies of PO(s)]

9. Name of Proprietor of Firm (In case of Govt. Firm, : …….

Name & Designation of Chief Executive Officer),

Along with Address, Tel. No., Fax No. & e.mail

address

10. Details of Blacklisting from any Govt. : If so, the firm must also provide the detailed

Deptt./Organizations, if any during last 5 years. reasons for its blacklisting, for consideration of

its Bid on overall Merits, if any.

Signature of Bidder :

………………

[Either “Proprietor” or

“Authorized Signatory”

(enclosing the Letter of Authority from Proprietor)]

Signatory’s Name:

……………….

Business Address:

………………………………

Page 61: e-TENDER BIDDING DOCUMENT Critical Date Sheet

61

QUESTIONNAIRE (Part – B)

The Bidder should furnish specific answers to all the questions/issues mentioned below. In

case a question/issue does not apply to a Bidder, the same should be answered with the remark “not

applicable”.

Wherever necessary and applicable, the Bidder shall enclose certified copy as documentary proof/

evidence to substantiate the corresponding statement.

In case a Bidder furnishes a wrong or evasive answer against any of the under-mentioned

question/issues, its Bid will be liable to be ignored.

Sl. Query related to Information Information to be provided by the Guiding Remarks /Note

No. sought from Bidder Bidder (for Bidder)

1. Brief description of goods and : Schedule Name of Goods Services i. Services include

services offered No. Installation, Warranty,

AMC, etc.;

(Please indicate the Schedule No.

& Name of the Goods being ii. Bid Terms require 3

offered in your Bid, along with Years’

Warrant

y

brief details of Services offered)

2. Offer is valid for acceptance upto : ………………

3. Your permanent Income Tax A/C : ……………

No.

4. Attach certified copy of your : ……………

latest/current Income Tax

clearance certificate

5. Status:

i) Are you currently registered : Yes / No. Please attach certified

with the Directorate General of copy(s) of your

Supplies & Disposals (DGS&D), registration status etc. in

New Delhi, and/or the National confirmation of your

Small Industries Corporation answer(s) to this query.

(NSIC), New Delhi, and/or the

present purchaser and/or the

Directorate of Industries of the

concerned State Government for

the goods quoted?

If so, indicate the date, up to Date: ……………….

which you are registered and

whether there is any monetary Monetary Limit:

limit imposed on your registration. : Rs. ……………. lakhs / Crores

ii) Are you currently registered : Yes / No.

under the Indian Companies Act, Regn. No.:

1956 or any other similar Act?

Page 62: e-TENDER BIDDING DOCUMENT Critical Date Sheet

62

6. i) Please indicate name & full : The Banking details are

address of your Banker(s) required to ensure

ii) Please provide your Principal : Bank A/c. No.: …….. Financial Transparency,

Manufacturing Firm’s Bank A/c. Bank Code: ………… &, to facilitate timely

No., Bank Code, IBAN Code, IBAN Code: ……….. payment through E-

SWIFT/BIC Code. SWIFT/BIC Code: ………. Payment / ECS / RTGS /

iii) Please provide your Indian : Bank Name: ……… LC, etc.

Agent’s Banker’s Name & Full Address: ………….

Address, Bank A/c. No., Bank Current A/c. No.: ………

Code, IFS Code & MICR

Code IFS Code: ………

MICR Code: …….

7. i) Whether the Bidder is Principal :

Principal Manufacturer / Indian

Bidder

Manufacturer or Indian

Agent?

ii) What’s the Amount of Indian : Schedule Name of Goods I.A.C. (% of Indian Agency

Agency Commission (IAC)? No. CIP Price) Commission (IAC) may

be quoted as a certain

percentage (say, 5% or

10%) of the Price of

Imported component of

Goods [quoted on CIP

(Kolkata) basis].

iii) Whether the Indian Agent is :

enlisted with Department of

Expenditure (DoE), Ministry of

Finance through DGS&D, under

DoE’s Compulsory Enlistment

Scheme for Indian Agents?

8. Please state whether business : .

dealings with you currently stand

suspended / banned by any

Ministry/Department of

Government of India or by any

State Govt.

……………………

……..

(Signature with date)

……………………….

……………………….

(Full name, designation & address of the person duly authorized to sign on behalf of

the Bidder)

For and on behalf of

…………………………..

…………………………..

(Name, address and stamp of the Bidding firm)

Page 63: e-TENDER BIDDING DOCUMENT Critical Date Sheet

63

SECTION-XIII

BANK GUARANTEE FORM FOR BID SECURITY (i.e. EMD)

Whereas M/s. ………………………………………………………………(hereinafter called the

“Bidder”) has submitted its

Bid dated …………………………….…………………

……….………………………………………………….…………………for the supply of

……………………………………………(hereinafter called the “Bid”) against the purchaser’s Bid

enquiry No….. . dated ….

Know all persons by these presents that we, …………………………………………. of

……………………………………………..

having our registered office at ………….………......………………………………………………. are

bound unto the ICAR : National

Research for NEH Region, Umiam, Meghalaya (hereinafter called the “Purchaser”) in the sum of

……………………………………… for which payment will and truly to be made to the said

Purchaser, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this …………… day of ……………., 2018.

The conditions of this obligation are —

(1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within

the period of validity of this Bid.

(2) If the Bidder having been notified of the acceptance of his Bid by the Purchaser during the

period of its validity:-

a) fails or refuses to furnish the Performance Security for the due performance of the

contract.

b) fails or refuses to accept/execute the contract.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand, the

Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both

the two conditions, specifying the occurred condition(s).

This guarantee will remain in force for a period of forty five days after the period of Bid

validity and any demand in respect thereof should reach the Bank not later than the above date.

…………………………………

…………………….

(Signature of the authorised officer of the

Bank)

Page 64: e-TENDER BIDDING DOCUMENT Critical Date Sheet

64

……………………………………

…………………….

……………………………………

…………………….

Name and designation of the

officer

……………………………………

…………………….

Seal, name & address of the Bank and address of the

Branch

………………………………

…………………….

Seal, name & address of the Bank and address of the

Branch

Page 65: e-TENDER BIDDING DOCUMENT Critical Date Sheet

65

SECTION – XIV

MANUFACTURER’S AUTHORISATION FORM

To,

THE DIRECTOR,

ICAR-Research Complex for NEH Region,

Umiam, Meghalaya-793103.

Ref.: Your Bid Document F.No dated

Dear Sirs,

We,…………………………………………………., who are proven

and reputable manufacturers of

………………………(name and description of the goods offered in the tender) having factories at

………………….……………………, hereby authorize Messrs.

…………………………………………….. (name and address

of the agent) to submit a Bid, process the same further and enter into a contract with you against your

requirement as contained in the above-referred Bidding documents for the above goods manufactured by

us.

We further confirm that no supplier or firm or individual other than Messrs.

……………………………………………………………….

(name and address of the above agent) is authorized to

submit a Bid, process the same further and enter into a contract with you against your requirement as

contained in the above referred Bidding documents for the above goods manufactured by us.

We also hereby extend our full warranty, as applicable as per clause 15 of the General

Conditions of Contract, read with modification, if any, in the Special Conditions of Contract for the

goods and services offered for supply by the above firm against this Bidding document.

Yours

faithfully,

………….……

…………

[signature with date, name and designation]

for and on behalf of

Messrs……………………………………

[name & address of the manufacturers]

Note : This letter of authorization should be on the letter head of the manufacturing firm and

should be signed by a person competent and having the power of attorney to legally

bind the manufacturer.

Page 66: e-TENDER BIDDING DOCUMENT Critical Date Sheet

66

SECTION – XV

BANK GUARANTEE FORM FOR

PERFORMANCE SECURITY

To,

THE DIRECTOR,

ICAR-Research Complex for NEH Region,

Umiam, Meghalaya-793103.

WHEREAS ………………………………………………………………………………. (name

and address of the

supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of Contract No.

…………………………. dated …………. to supply (description of goods and services) (herein after

called “the

contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall

furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum

specified therein as security for compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf

of the supplier, up to a total of Rs. ………………

…………………………………………………………. (amount of the

guarantee in words and figures), and we undertake to pay you, upon your first written demand

declaring the supplier to be in default under the contract and without cavil or argument, any sum or

sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

contract to be performed thereunder or of any of the contract documents, which may be made between

you and the supplier, shall in any way release us from any liability under this guarantee and we hereby

waive notice of any such change, addition or modification.

This guarantee shall be valid upto and including the ,

…………………

………….

(Signature with date of the authorised officer of the

Bank)

………………………………………

………………….

Name and designation of the

officer

Page 67: e-TENDER BIDDING DOCUMENT Critical Date Sheet

67

………………………………………

………………….

Seal, name & address of the Bank and address of the

Branch

Page 68: e-TENDER BIDDING DOCUMENT Critical Date Sheet

68

IN THE FIRM LETTER HEAD

Annexure-I

Name of the Firm____________________________________________

Registered/Postal Address___________________________________

1. Permanent Account Number (PAN)

2. Service Tax Registration No., if

applicable

3. Bank Details

(i) Bank Name

(ii) Branch Address

(iii) Account Number

(iv) Account Number

(v) Type of Account:

(Current/Saving)

(vi) MICR No.

(vii) RTGS/NEFT code

Date: Name of the Authorized Signatory

Place: Stamp & Signature

Page 69: e-TENDER BIDDING DOCUMENT Critical Date Sheet

69

Annexure-II

IN THE FIRM LETTER HEAD

Details of Equipments & EMD

Sl.

No.

Purchase item Earnest Money

in INR

Tender Fee File No. for reference

1 Construction of

Compost pits (3 nos.)

of size

(6.00x3.00x1.80) m

for office of ICAR,

Umiam, Meghalaya

Rs. 10,000/-

(Refundable)

Rs. 500/-

(Non-refundable)

RC/EC-400/Compost

pits/2017-18

Page 70: e-TENDER BIDDING DOCUMENT Critical Date Sheet

70

Annexure-III

UNDERTAKING (to be submitted in Agency/firm’s letter pad)

I

/We have read and understood ICAR-Research Complex for NEH Region, Umiam, Meghalaya General

Terms and Conditions contained in the application form. I/We do hereby declare that all the details

provided in this application form are true to the best of my/our knowledge and belief and any mis-

representation of facts will render me/us liable to any action as may be deemed fit by ICAR-Research

Complex for NEH Region, Umiam, Meghalaya .

I

/We do hereby also accept ICAR-Research Complex for NEH Region, Umiam, Meghalaya have the right

to accept or reject this application and not to issue invitation to tender me/us.

I/We undertake to communicate promptly to ICAR-Research Complex for NEH Region, Umiam,

Meghalaya any change in the condition or working of the firm. It is certified that we have not been

blacklisted by any organization of Government of India including Central Vigilance Commission (CVC)

in the last three years. The undersigned is fully authorized, he/she represent. I/We authorized ICAR to

approach individuals, employees, firms and corporations to verify our competent and general reputation.

Signature.……………………

Name:.……………………….

Designation:…………………

Address:……………………..

Place:………………….

Date:………………….

Page 71: e-TENDER BIDDING DOCUMENT Critical Date Sheet

71

Annexure-IV

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:……………

To

____________________

____________________

____________________

____________________

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No.___________________________

Name of Tender/Work:

______________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________

Dear Sir,

4. I/ We have downloaded/obtained the tender document(s) for the above mentioned’ Tender/work’

from the web site(s) namely:

______________________________________________________________________

______________________________________________________________________

As per your advertisement, given in the above mentioned website(s).

5. I/We hereby certify that I/We have read the entire terms and conditions of the tender documents

from Page No. _____to_______(including all documents lime annexure(s), schedule(s), etc…)

which form part of the contract agreement and I/We shall abide hereby the

terms/conditions/clauses contained therein.

6. The corrigendum(s) issued from time to time by your department/organization too have also been

taken into consideration, while submitting this acceptance letter.

7. I/we hereby unconditionally accept the tender conditions of above mentioned tender

documents/corrigendum(s) in its totality/entirely.

8. I/we do hereby declare that our Firm has not been black-listed/debarred by any Govt.

Department/Public sector undertaking.

9. I/we certify that all information furnished by our Firm is true & correct and in the event that the

information is found to be incorrect/untrue or found violated, then your department/organization

shall without giving any notice or reason therefore or summarily reject that bid or terminate the

contract, without prejudice to any other rights or remedy including the forfeiture of the full said

earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 72: e-TENDER BIDDING DOCUMENT Critical Date Sheet

72

Annexure-V

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal,

using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in

registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their

bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at https://

eprocure.gov.in/eprocure/app.

REGISTRATION

Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal (URL https://eprocure.gov.in/eprocure/app.) by clicking on the link

‘Online Bidder Enrollment’ on the CPP Portal which is free of charge.

As part of the enrolment process, the bidders will be required to choose a unique username

and assign a password for their accounts.

Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal.

Upon enrolment, the bidders will be required to register their valid Digital Signature

Certificate (class II or Class III certificates with signing key usage) issued by any certifying

authority recognized by CCA India (e.g. Sify/nCode/eMudhra etc.) with their profile.

Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

Bidder then logs in to the site through the secured log-in by entering their users ID/password

and the password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS

There are various search options built in the CPP Portal. To facilitate bidders to search active

tenders by several parameters. These parameters could include Tender ID, Organization

Name, Location, Date, Value etc. There is also an option of advanced search for tenders,

wherein the bidders may combine a number of search parameters such as Organization Name,

Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the

CPP Portal.

Once the bidders have selected the tenders they are interested in, they may download the

required documents/tender schedules. These tenders can be moved to the respective ‘My

Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS/e-

mail in case there is any corrigendum issued to the tender document.

The bidder should make a note of the unique Tender ID assigned to each tender, in case they

want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS

Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the bid. Please note the number of covers in

which the bid documents have to be submitted, the number of documents- including the

names and content of each of the document that need to be submitted. Any deviations from

these may lead to rejection of the bid.

Page 73: e-TENDER BIDDING DOCUMENT Critical Date Sheet

73

Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document/schedule and generally, they can be in PDF/XLS/RAR/DWF/JPG formats.

Bid documents may be scanned with 100 dpi with black and white option which helps in

reducing size of the scanned document.

To avoid the time and effort required I uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to

the bidders. Bidders can use ‘My Space’ or ‘other important Documents’ area available to

them to upload such documents. These documents may be directly submitted from the ‘My

Space’ area while submitting a bid, and need not be uploaded again and again. This will lead

to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

Bidder should log into the site well in advance for bid submission so that they can upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay

due to other issues.

The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

Bidder has to select the payment option as ‘offline’ to pay the tender fee/EMD as applicable

and enter details of the instrument.

Bidder should prepare the EMD as per the instructions specified in the tender document. The

original should be posted/couriered/given in person to the concerned official, latest by the last

date of bid submission or as specified in the tender documents. The details of the DD/any

other accepted instrument, physically sent, should tally with the details available in the

scanned copy and the data entered during bid submission time. Otherwise the uploaded bid

will be rejected.

Bidders are requested to note that they should necessarily submit their financial bids in the

Format provided and no other format is acceptable. If the price bid has been given as a

standard BOQ format with the tender document, then the same is to be downloaded and to be

filled by all the bidders. Bidders are required to download the BoQ file, open it and complete

the white coloured (unprotected) cell with their respective financial quotes and other details

(such as name of the bidder). No other cells should be changed. Once the details have been

completed, the bidder should save it and submit it online, without changing the filename. If

the BOQ file is found to be modified by the bidder, the bid will be rejected.

The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders, opening

of bids etc. The bidders should follow this time during bid submission.

All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done. Any bid document that is uploaded to the server is

subjected to symmetric, encryption using a system generated symmetric key. Further this key

is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the

Page 74: e-TENDER BIDDING DOCUMENT Critical Date Sheet

74

uploaded tender documents become readable only after the tender opening by the authorized

bid openers.

The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

Upon the successful and timely submission of bids (i.e. after clicking ‘Freeze Bid

Submission’ in the portal), the portal will give a successful bid submission message and a bid

summary will be displayed with the bid no. and the date and time of submission of the bid

with all other relevant details.

The bid summary has to printed and kept as an acknowledgement of the submission of the

bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISSTANCE TO BIDDERS

Any queries relating to the tender documents and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contract

person indicated in the tender.

Any queries relating to the process of online bid submission or queries relating to CPP

Portal in general may be directed to the 24x7 CPP Portal Helpdesk Nos. 0120-

4200462/0120-4001002 or Mobile No. +91 8826246593.

****

l. KHADC license for trade in the State of Meghalaya only.

a. The Firm/Agency run by the Non-tribal contractor’s /firms/

companies/suppliers/stockiest/banded ware house/Private carriage

contractors/Co-operative Societies etc. should produce Trading License

issued by the KHADC (Govt. of Meghalaya).

b. Submission of tender paper does not fall under trade as per the above said

act. However, if a Non-tribal becomes a successful bidder he has to furnish

License issued by the KHADC (Govt. of Meghalaya) before any work

involving trade is issued to him.

Further those firm/agency opting for clause “b” above are requested to submit an

undertaking as per Annexure –V mandatorily to this effect along with the technical

bids as a certification about their capability of submission of the trade license when

ask for, failing which the tender are liable to be rejected/not to be considered at any

circumstances. (If not applicable submit the relevant document).

Page 75: e-TENDER BIDDING DOCUMENT Critical Date Sheet

75

Annexure-VI

UNDERTAKING FOR KHADC LICENSE

(To be given on Company Letter Head)

To,

The Director,

ICAR, Research complex for NEH Region,

Umiam, Meghalaya.

Sub: Undertaking for submission of KHADC license Tender Reference

No.___________________________

Name of Tender/Work:

______________________________________________________________________________

Dear Sir,

I/We hereby undertake to mandatorily submit the trade license (KHADC license) issued by

the Government of Meghalaya, if I/we becomes a successful bidder when, failing which the tender

are liable to be rejected/not to be considered at any circumstances. (If not applicable submit the

relevant document).

Yours Faithfully,

(Signature of the Bidder, with Official Seal)